Notice Information
Notice Title
PCI QSA pro 2026
Notice Description
Glasgow City Council requires s supplier to validate its compliance with the current version of the PCI Data Security Standard (PCI DSS), ensure protection of cardholder data, and obtain the necessary documentation Attestation of Compliance (AoC) and Report on Compliance (RoC) for both roles the council holds. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.
Lot Information
Lot 1
The council invites tender bids for the provision of PCI QSA pro 2026.Glasgow City Council requires a Qualified Security Assessor to validate Glasgow City Council's compliance with the current version of the Payment Card Industry Data Security Standard (PCI DSS), ensure the protection of cardholder data, and obtain the required documentation, including the Attestation of Compliance (AoC) and Report on Compliance (RoC), for both roles the Council holds. At a high level the Services will consist of: i. Scoping and Readiness Review ii. Onsite Assessment Activities iii. Technical Testing iv. Documentation and Reporting v. ASV Scanning vi. Ongoing Support (Ad-hoc support) For further information please see the GCC006549CPU PCI QSA pro 2026 - ITT on public contract Scotland tender -PCST. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: Option to extend for periods of up to an additional 24 months (in total) at the sole discretion of Glasgow City Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000827084
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR553880
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- OJEU - F2 - Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
72 - IT services: consulting, software development, Internet and support
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
72220000 - Systems and technical consultancy services
72222300 - Information technology services
79411000 - General management consultancy services
Notice Value(s)
- Tender Value
- £450,000 £100K-£500K
- Lots Value
- £450,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Apr 20261 weeks ago
- Submission Deadline
- 19 May 20264 weeks to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 11 Jun 2026 - 11 Jun 2029 3-4 years
- Recurrence
- This contract has an initial term of 36 months with options to extend for periods of up to 24 months (in total). Reprocurement may therefore take place any time from 2030 onwards.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Additional Buyers
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR553880
PCI QSA pro 2026 - Glasgow City Council requires s supplier to validate its compliance with the current version of the PCI Data Security Standard (PCI DSS), ensure protection of cardholder data, and obtain the necessary documentation Attestation of Compliance (AoC) and Report on Compliance (RoC) for both roles the council holds. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000827084-2026-04-15T00:00:00Z",
"date": "2026-04-15T00:00:00Z",
"ocid": "ocds-r6ebe6-0000827084",
"initiationType": "tender",
"parties": [
{
"id": "org-32",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "40 John St, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Allan Weir",
"email": "Allan.Weir@glasgow.gov.uk",
"telephone": "+44 1412876426",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-33",
"name": "Glasgow Life (Culture & Sport Glasgow)",
"identifier": {
"legalName": "Glasgow Life (Culture & Sport Glasgow)"
},
"address": {
"streetAddress": "38 Albion Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G1 1LH"
},
"contactPoint": {
"email": "info@glasgowlife.org.uk",
"telephone": "+44 1412875923"
},
"roles": [
"buyer"
]
},
{
"id": "org-27",
"name": "Glasgow Sheriff Court & Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9TW"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-32"
},
"tender": {
"id": "GCC006549CPU",
"title": "PCI QSA pro 2026",
"description": "Glasgow City Council requires s supplier to validate its compliance with the current version of the PCI Data Security Standard (PCI DSS), ensure protection of cardholder data, and obtain the necessary documentation Attestation of Compliance (AoC) and Report on Compliance (RoC) for both roles the council holds. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "72220000",
"scheme": "CPV"
},
{
"id": "72222300",
"scheme": "CPV"
},
{
"id": "79411000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 450000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2026-05-19T12:00:00Z"
},
"awardPeriod": {
"startDate": "2026-05-19T12:00:00Z"
},
"documents": [
{
"id": "APR553880",
"documentType": "contractNotice",
"title": "PCI QSA pro 2026",
"description": "Glasgow City Council requires s supplier to validate its compliance with the current version of the PCI Data Security Standard (PCI DSS), ensure protection of cardholder data, and obtain the necessary documentation Attestation of Compliance (AoC) and Report on Compliance (RoC) for both roles the council holds. This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure. Bidders must self-certify their adherence to the conditions of participation via the SPD in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR553880",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The council invites tender bids for the provision of PCI QSA pro 2026.Glasgow City Council requires a Qualified Security Assessor to validate Glasgow City Council's compliance with the current version of the Payment Card Industry Data Security Standard (PCI DSS), ensure the protection of cardholder data, and obtain the required documentation, including the Attestation of Compliance (AoC) and Report on Compliance (RoC), for both roles the Council holds. At a high level the Services will consist of: i. Scoping and Readiness Review ii. Onsite Assessment Activities iii. Technical Testing iv. Documentation and Reporting v. ASV Scanning vi. Ongoing Support (Ad-hoc support) For further information please see the GCC006549CPU PCI QSA pro 2026 - ITT on public contract Scotland tender -PCST. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "active",
"value": {
"amount": 450000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "50"
},
{
"type": "cost",
"name": "Price",
"description": "45"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2026-06-11T00:00:00Z",
"endDate": "2029-06-11T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for periods of up to an additional 24 months (in total) at the sole discretion of Glasgow City Council."
}
}
],
"bidOpening": {
"date": "2026-05-19T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Performance requirements related to this contract can be found within the Procurement Documents within the PCS-T portal."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Not applicable"
},
{
"type": "economic",
"description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- SPD Section 4B: Economic and Financial Standing SPD Questions: 4B.1 - Balance sheet and Trading Performance 4B.5 - Insurance Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder.",
"minimum": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- Trading Performance An overall positive outcome on pre tax profits over a 3 year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover Balance Sheet strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Bidders that are only required to file abbreviated accounts, must submit full sets of account for the last two individual years filed, in order for the three year profitability requirement to be verified Bidder should have no outstanding issues, with regard to statutory filing requirements with Companies House. Bidder who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage. 4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Professional Risk Indemnity: minimum 1 million GBP in respect of each claim and in the aggregate. To be maintained for 3. years on completion of their service. Employer's (Compulsory) Liability: minimum 10million GBP in respect of each claim without limit to the number of claims. Public Liability: minimum 5million GBP in respect of each claim without limit to the number of claims. Please see the ITT for full details."
},
{
"type": "technical",
"description": "SPD Section 4C: Technical and Professional ability SPD Questions: 4C.1.2 - Relevant examples 4C.10 - Proportion (%) to be Sub-Contracted",
"minimum": "SPD 4C.1.2 Statement - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Please provide two relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: (Examples from both public and or private sector customers and clients may be provided). Minimum number of relevant examples: 2 Maximum number of relevant examples: 2 Bidders shall be asked to provide the following information in relation to each of their relevant examples provided: - Confirmation that the services were carried out during the timeframe set out in the question - Information to demonstrate that the client was of a similar size and/or complexity to Glasgow City Council - Description of the services delivered - Information relating to key sub-contractors and / or specialist sub-contractors used A response document is provided for full details to be provided. Bidders responses to 4C.1.2 shall be evaluated and each of the two examples shall be evaluated individually. The Bidder must achieve a rating of at least 60 from the Scoring Methodology table provided in the ITT for each of the two examples provided individually, to be considered to have \"passed\" this question, ie, two examples each scoring at least 60. Failure to achieve a rating of at least 60 for each example provided shall see the Bidder excluded from further evaluation. The scoring methodology for question 4C.1.2 is described in the ITT."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2026-09-16T00:00:00Z"
}
},
"classification": {
"id": "72220000",
"scheme": "CPV"
},
"reviewDetails": "Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
"hasRecurrence": true,
"recurrence": {
"description": "This contract has an initial term of 36 months with options to extend for periods of up to 24 months (in total). Reprocurement may therefore take place any time from 2030 onwards."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. Bidders must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained within Technical Envelope within tender portal (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained as an attachment within PCS-T. Non-Collusion- Bidders will be required to complete the Non-Collusion certificate contained as an attachment within PCS-T. Prompt Payment Certificate - Bidders will be required to complete the Prompt Payment certificate contained as an attachment within PCS-T. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. This is contained as an attachment within PCS-T. Professional Integrity - Bidders will be required to answer questions related to professional integrity and to complete the Professional Integrity Certificate contained as an attachment within PCS-T. Terms and Conditions are located within the attachments area of PCS-T. Additional information pertaining to this contract notice is contained within the ITT documents. Bidders must ensure they read all attachments within the Buyers Attachments area in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 62240. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 62240. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: Community benefit outcomes for this contract are mandatory and will be based on minimum community benefits points -120. The minimum community benefits thresholds are set out in the Community Benefits Menu within the Buyer Attachment Area of PCS-T. Bidders must confirm that they will meet these obligations in full by completing the relevant areas within the Community Benefits Menu. Bidders are also required to provide a supporting Methodology for each of the Themes they are offering from the Menu, detailing how the Community Benefit outcomes will be delivered. The Community Benefits Menu and Methodology template can be found within the Community Benefits section on Public Contracts Scotland - Tender (PCS-T). (SC Ref:827084)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000827084"
}
],
"noticetype": "OJEU - F2 - Contract Notice"
}