{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-04f772-2025-10-03T08:41:04+01:00",
    "date": "2025-10-03T08:41:04+01:00",
    "ocid": "ocds-h6vhtk-04f772",
    "description": "(SC Ref:811901)",
    "initiationType": "tender",
    "tender": {
        "id": "NP503524",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "National Fleet Management System",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "The procurement of a Fleet Management System is being undertaken by the Common Services Agency, more commonly known as NHS National Services Scotland (NSS) on its own behalf and on behalf of all entitles constituted pursuant to the National Health Service (Scotland) Act 1978 (Health Boards).",
        "value": {
            "amount": 375000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The procurement of a Fleet Management System is being undertaken by the Common Services Agency, more commonly known as NHS National Services Scotland (NSS) on its own behalf and on behalf of all entitles constituted pursuant to the National Health Service (Scotland) Act 1978 (Health Boards). The services may cover 5000 vehicles and pieces of associated equipment. Potentially between 150 and 200 Type A Users, and between 60 & 120 concurrent Type A Users. NSS are looking for a 2 year agreement, with an option to extend for 3 years on a year by year basis.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Functional Requirements",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Non-Functional Requirements",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 375000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option to extend by three (3) twelve (12) month extensions."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50111100",
                        "description": "Vehicle-fleet management services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42961300",
                        "description": "Vehicle location system"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72260000",
                        "description": "Software-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72416000",
                        "description": "Application service providers"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "SPD Q.4B.1.1: Bidders are required to provide statement of accounts or extracts relating to their business for the previous 3 years. Where any are risks identified by NSS as part of the due diligence carried out on the above information NSS may require Bidders to provide additional information to demonstrate financial standing. Additional information can include but not be limited to: - parent company accounts (if applicable) - deeds of guarantee - bankers statements and references - accountants' references - management accounts - financial projections, including cash flow forecasts - details and evidence of previous contracts, including contract values - capital availability. Bidders who cannot provide suitable evidence of a secure financial standing may be excluded from the procurement. Q.4B.5.1 and Q.4B.5.2: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employers liability insurance: 5 000 000 GBP; Public liability insurance: 1 000 000 GBP; Professional indemnity insurance: 1 000 000 GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Please provide details of three relevant examples of services carried out during the last three years. 4.C.2 Bidders are required to confirm compliance with standards, such as ISO or equivalent, set by technical bodies, especially those responsible for quality control. Please provide examples such as the following: - Cyber Essentials - ISO 9001 - Quality Management Systems - ISO 27001 - Information Security Management - ISO 27017 - Code of practice for information security controls - ISO 27018 - Code of practice for protection of personally identifiable information (PII) in public clouds acting as PII processors - UK Government 14 Cloud Security Principles Please state the relevance of any such educational and professional qualifications. 4C.6: Bidders will be required to confirm that they and/or the service provider have relevant educational and professional qualifications such as the following: ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the Services outlined in the Contract Notice. And: 4C.6.1: Bidders will be required to confirm that they and/or the service provider's managerial staff have relevant educational and professional qualifications such as the following: ISO27001 or equivalent ITIL qualifications [Helpdesk, etc] or equivalent other professional qualifications relevant to the Services outlined in the Contract Notice. 4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-04-22T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2025-04-22T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2025-04-22T12:00:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts: An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session."
    },
    "parties": [
        {
            "id": "GB-FTS-115937",
            "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",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312756000",
                "email": "ruaridh.armitage@nhs.scot",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.nss.nhs.scot/browse/procurement-and-logistics",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "07",
                        "description": "Health"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-324",
            "name": "Sheriff Court House",
            "identifier": {
                "legalName": "Sheriff Court House"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-162942",
            "name": "Insight Direct (UK) Ltd",
            "identifier": {
                "legalName": "Insight Direct (UK) Ltd"
            },
            "address": {
                "streetAddress": "1st Floor St Paul's Place,, 121 Norfolk Street,",
                "locality": "Sheffield",
                "region": "UKE32",
                "postalCode": "S1 2JX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1617728603"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-115937",
        "name": "The Common Services Agency (more commonly known as NHS National Services Scotland) (NSS)"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000811901"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "061965-2025-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "description": "The software aspect will be subcontracted from Insight Direct (UK) Ltd to Jaama Ltd."
            },
            "suppliers": [
                {
                    "id": "GB-FTS-162942",
                    "name": "Insight Direct (UK) Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "061965-2025-1",
            "awardID": "061965-2025-1",
            "status": "active",
            "value": {
                "amount": 295104,
                "currency": "GBP"
            },
            "dateSigned": "2025-09-29T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            }
        ]
    }
}