Tender

Information Technology Service Management

THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) (NSS)

This public procurement record has 1 release in its history.

Tender

29 Jul 2025 at 00:00

Summary of the contracting process

The procurement process, initiated by The Common Services Agency, also known as NHS National Services Scotland (NSS), is currently in the tender stage, inviting submissions for an Information Technology Service Management (ITSM) solution. This project, classified under the health industry category, is located in Edinburgh, UKM region, with the submission deadline set for 28th August 2025 at 17:00. The procurement, valued at £4.2 million, is conducted via a selective "Restricted procedure" method, which involves electronic submissions. This process specifically targets services related to ITSM capabilities such as Incident Management, Service Desk, and Change Management, as part of NSS's evolving digital infrastructure strategy.

This procurement presents significant opportunities for business growth for companies specialising in IT service management solutions. Businesses with experience in scaling ITSM technologies, particularly those familiar with NHS infrastructure needs, stand to benefit. The project seeks to replace the existing ServiceNow platform, suggesting a lucrative opportunity for suppliers capable of offering a robust ITSM solution and related implementation services. Companies that can demonstrate strong financial standing and are certified under ISO27001 will be well-suited to compete, especially if they aim to expand their reach within the healthcare sector and contribute to NHS Scotland's digital transformation goals.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Information Technology Service Management

Notice Description

NSS is seeking to procure licences for an IT Service Management (ITSM) solution that supports 18 key ITSM practices. These practices are either currently in use or are planned as part of NSS's evolving ITSM capabilities including Incident Management, Service Desk, Service Request Management, Problem Management, Change Management, Service Level Management, Knowledge Management, Service Catalogue Management, Service Configuration Management, Infrastructure & Platform Management, Capacity and Performance Management, IT Asset Management, Release Management, Availability Management, Measuring and Reporting, Service Continuity Management, Monitoring and Event Management and Supplier Management.

Lot Information

Lot 1

The scope of this procurement is currently for NSS ITSM at present. Currently NSS has a need for approximately 500 'agents' that will use the platform. The end user / customer numbers should be considered as NSS wide (approximately 3,500 staff) for the purposes of this procurement. As part of the 'Once for Scotland' initiative, NSS anticipates extending these ITSM capabilities to other NHS Scotland boards as service maturity increases. Additionally, with the planned integration of NHS Education for Scotland (NES), shared ITSM services are expected to be implemented across both organisations. Therefore there is a requirement for scaling potential. Current Platform and Transition Plans: NSS is currently contracted with a SaaS platform that delivers ITSM functionality, along with modular features for Project, Programme, and Portfolio Management Services (PPPMS) and timesheet recording. NSS intends to transition away from these modular components to alternative solutions once the new ITSM platform is operational. The current platform also hosts several custom-built applications that support additional business services. NSS plans to fully divest from these custom applications and migrate to more sustainable architectural alternatives. Implementation Services: NSS will require technical implementation services to architect, build, test, and deploy the new ITSM solution. NSS will provide internal resources to manage and support the project and conduct any necessary business analysis throughout the implementation process. The Vision for the ITSM Procurement Project is to procure a best-in-class tool to replace the current installation of ServiceNow to deliver services to NSS. Once procured, this tool will be configured and implemented by an implementation partner with support from DaS. As part of the implementation relevant DaS staff will be trained as required. This implementation partner will need to adapt to NSS' culture and configure the new tool to best reflect NSS' ambitions. It will improve efficiency, deliver greater internal NSS experience of IT services and requests, and support a new operating model within the ITSM delivery team. The tool will also have the potential to scale, allowing DaS to offer more services to NSS and extend our services to other NHS Scotland boards. We aim to complete the procurement and implementation of this new tool by the end of 2026/27 so that both cash and non-cash benefits can be realised early 2027. This procurement will be run as a restricted process.

Renewal: The contract will include two extension periods of 24 months and then 12 months.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000805726
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL535715
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support


CPV Codes

48000000 - Software package and information systems

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£4,200,000 £1M-£10M
Lots Value
£4,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Jul 20256 months ago
Submission Deadline
28 Aug 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
THE COMMON SERVICES AGENCY (MORE COMMONLY KNOWN AS NHS NATIONAL SERVICES SCOTLAND) (NSS)
Contact Name
Not specified
Contact Email
michelle.semple3@nhs.scot
Contact Phone
+44 1312756000

Buyer Location

Locality
EDINBURGH
Postcode
EH12 9EB
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM Scotland

Local Authority
City of Edinburgh
Electoral Ward
Drum Brae/Gyle
Westminster Constituency
Edinburgh South West

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL535715
    Information Technology Service Management - NSS is seeking to procure licences for an IT Service Management (ITSM) solution that supports 18 key ITSM practices. These practices are either currently in use or are planned as part of NSS's evolving ITSM capabilities including Incident Management, Service Desk, Service Request Management, Problem Management, Change Management, Service Level Management, Knowledge Management, Service Catalogue Management, Service Configuration Management, Infrastructure & Platform Management, Capacity and Performance Management, IT Asset Management, Release Management, Availability Management, Measuring and Reporting, Service Continuity Management, Monitoring and Event Management and Supplier Management.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000805726-2025-07-29T00:00:00Z",
    "date": "2025-07-29T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000805726",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)",
            "identifier": {
                "legalName": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)"
            },
            "address": {
                "streetAddress": "1 South Gyle Crescent",
                "locality": "Edinburgh",
                "region": "UKM",
                "postalCode": "EH12 9EB"
            },
            "contactPoint": {
                "email": "michelle.semple3@nhs.scot",
                "telephone": "+44 1312756000",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.nss.nhs.scot/browse/procurement-and-logistics"
            }
        },
        {
            "id": "org-2",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "telephone": "+44 1312252525",
                "url": "https://scotcourts.gov.uk/the-courts/sheriff-court/about-sheriff-courts"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)",
        "id": "org-1"
    },
    "tender": {
        "id": "NP883925",
        "title": "Information Technology Service Management",
        "description": "NSS is seeking to procure licences for an IT Service Management (ITSM) solution that supports 18 key ITSM practices. These practices are either currently in use or are planned as part of NSS's evolving ITSM capabilities including Incident Management, Service Desk, Service Request Management, Problem Management, Change Management, Service Level Management, Knowledge Management, Service Catalogue Management, Service Configuration Management, Infrastructure & Platform Management, Capacity and Performance Management, IT Asset Management, Release Management, Availability Management, Measuring and Reporting, Service Continuity Management, Monitoring and Event Management and Supplier Management.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "48000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 4200000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2025-08-28T17:00:00Z"
        },
        "documents": [
            {
                "id": "JUL535715",
                "documentType": "contractNotice",
                "title": "Information Technology Service Management",
                "description": "NSS is seeking to procure licences for an IT Service Management (ITSM) solution that supports 18 key ITSM practices. These practices are either currently in use or are planned as part of NSS's evolving ITSM capabilities including Incident Management, Service Desk, Service Request Management, Problem Management, Change Management, Service Level Management, Knowledge Management, Service Catalogue Management, Service Configuration Management, Infrastructure & Platform Management, Capacity and Performance Management, IT Asset Management, Release Management, Availability Management, Measuring and Reporting, Service Continuity Management, Monitoring and Event Management and Supplier Management.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL535715",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The scope of this procurement is currently for NSS ITSM at present. Currently NSS has a need for approximately 500 'agents' that will use the platform. The end user / customer numbers should be considered as NSS wide (approximately 3,500 staff) for the purposes of this procurement. As part of the 'Once for Scotland' initiative, NSS anticipates extending these ITSM capabilities to other NHS Scotland boards as service maturity increases. Additionally, with the planned integration of NHS Education for Scotland (NES), shared ITSM services are expected to be implemented across both organisations. Therefore there is a requirement for scaling potential. Current Platform and Transition Plans: NSS is currently contracted with a SaaS platform that delivers ITSM functionality, along with modular features for Project, Programme, and Portfolio Management Services (PPPMS) and timesheet recording. NSS intends to transition away from these modular components to alternative solutions once the new ITSM platform is operational. The current platform also hosts several custom-built applications that support additional business services. NSS plans to fully divest from these custom applications and migrate to more sustainable architectural alternatives. Implementation Services: NSS will require technical implementation services to architect, build, test, and deploy the new ITSM solution. NSS will provide internal resources to manage and support the project and conduct any necessary business analysis throughout the implementation process. The Vision for the ITSM Procurement Project is to procure a best-in-class tool to replace the current installation of ServiceNow to deliver services to NSS. Once procured, this tool will be configured and implemented by an implementation partner with support from DaS. As part of the implementation relevant DaS staff will be trained as required. This implementation partner will need to adapt to NSS' culture and configure the new tool to best reflect NSS' ambitions. It will improve efficiency, deliver greater internal NSS experience of IT services and requests, and support a new operating model within the ITSM delivery team. The tool will also have the potential to scale, allowing DaS to offer more services to NSS and extend our services to other NHS Scotland boards. We aim to complete the procurement and implementation of this new tool by the end of 2026/27 so that both cash and non-cash benefits can be realised early 2027. This procurement will be run as a restricted process.",
                "status": "active",
                "value": {
                    "amount": 4200000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The contract will include two extension periods of 24 months and then 12 months."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2025-10-03T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "SPD Question 4B.1.1: Economic Operators are required to provide statement of accounts or extracts relating to their business for the previous 3 years. NSS may require Economic Operators to provide additional information to demonstrate financial standing. Additional information can include but not limited to: - parent company accounts (if applicable) - - deeds of guarantee banker's statements and references - accountants' references - management accounts - financial projections, including cash flow forecasts - details and evidence of previous contracts, including contract values - capital availability - guarantees may be required from parent companies and from banks. Economic Operators who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement. SPD Questions 4B.5.1a, 4B.5.1b and 4B.5.2: Economic Operators must confirm they have or will be able to obtain the required level of insurance listed below.",
                    "minimum": "SPD Question 4B.1.1: Economic Operators must demonstrate the following financial capacity over the last 3 years: - turnover in respect of its most recent three full financial years must have been equal to or more than GBP 10m per annum. SPD Questions 4B.5.1a, 4B.5.1b and 4B.5.2: Economic Operators must confirm they have or will be able to obtain the required levels of insurance: - Employer's (compulsory) liability insurance = GBP 5 million; - Public liability insurance = GBP 10 million; - Professional indemnity insurance = GBP 5 million; - Product liability insurance = GBP 10 million; - Product liability insurance is not less than the sum of GBP 1 million in respect of any one incident."
                },
                {
                    "type": "technical",
                    "description": "SPD Question 4C.1.2 - please refer to the Project Specific Questions within section 3.1 of the Information Technology Service Management SPD Instructions for full detail of the requirement for this section. The scoring methodology is detailed in section 3.2 of the Information Technology Service Management SPD Instructions. SPD Question 4C.2 - Economic Operators must confirm that they are certified under ISO27001. SPD Question 4C.6.1 - Economic Operators must confirm the number of UK based staff they have certified and trained on the SaaS technology that they have chosen to use within their tender. SPD Question 4C.10 - Economic Operators must provide details of the proportion (i.e. percentage) of the contract that it intends to subcontract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "classification": {
            "id": "72000000",
            "scheme": "CPV"
        },
        "reviewDetails": "Bidders should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Full information about the SPD stage is included in the Information Technology Service Management SPD Instructions, found in the Attachments area of PCS-Tender. All dates, timescales and values set out in this notice and the procurement documents are estimates only and therefore subject to change during the tender process, if required. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 29678. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: All Bidders must agree to support the concept, provision and ongoing development of community benefits provision in relation to this Agreement. Bidders will be required to provide a brief summary of the community benefits that have recently been delivered within Scotland, and also what impact and outcomes these have achieved. Bidders are also required to summarise any community/social benefits that will be delivered as part of this Agreement if successful, or, alternatively, confirm that they will engage with the NHS Scotland Community Benefits Gateway (CBG). (SC Ref:805726)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000805726"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}