Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Telephone: +44 412425466
E-mail: caitlin.fullarton@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
National or federal agency/office
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DLEARN-Provision of Standardised Assessment & Reporting Platform & Related Services
Reference number: 788772
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Scottish Government intends to contract for the ongoing provision of national, online standardised assessments aimed at providing evidence of children's progress in aspects of literacy and numeracy.
II.1.5) Estimated total value
Value excluding VAT:
23 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80000000
72222300
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
The Scottish Government intends to contract for the ongoing provision of national, online standardised assessments aimed at providing evidence of children's progress in aspects of literacy and numeracy. The contract will be designed to implement the third phase of the National Standardised Assessments for Scotland (NSA), which were introduced as part of the implementation of the National Improvement Framework for Scottish Education. The supplier will be required to provide a dual-language platform for the continuation of the online adaptive assessment service which has been made available to children in publicly funded education in Scotland since August 2017.
The Scottish Government is also exploring whether this procurement provides the opportunity to bring elements of the assessment service in-house. This includes training design and delivery, content development, and service desk provision. A key aspect of development will include the migration of data from the current phase of the project, both in terms of assessment data, and assessment content, to ensure continuity of service and secure the long-term value of existing data and content.
Assessments are aligned to Curriculum for Excellence and are undertaken by children and young people in P1, 4, 7 and S3. Development will take place during the 2026/27 school year with the assessments anticipated to come online from August 2027. Standardised assessments support the wider approach to assessment through the broad general education in Scotland, which is based primarily upon the professional judgement of teachers. The contract will be for the design and delivery of diagnostic, inclusive and online adaptive national standardised assessments, suitable for the Scottish school education system and capable of reporting progress in skills for reading, writing and numeracy, both in English and Gaelic.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 75
Price
/ Weighting:
25
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 86
This contract is subject to renewal: Yes
Description of renewals:
The contract is anticipated to commence in June 2026 with and expire in July 2030, with the option to extend for a further three 12-month periods. Exact dates will be confirmed in the contract award notice.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
4B4. The bidder confirms the name, value and/or range of the financial ratios specified in the relevant Contract Notice are as follows:
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:
Minimum level(s) of standards required:
4B.4 - Bidders must demonstrate a Current Ratio of no less than 1. Current Ratio will be calculated as follows: Total current assets divided by Total current liabilities.
4B.5 -
-Public Liability 1,000,000 GBP(A sum not less than)
-Professional Indemnity 1,000,000 GBP(A sum not less than)
-Employers Liability (Legal Requirement) 5,000,000 GBP(A sum not less than)
-Cyber Security 5,000,000 GBP(A sum not less than)
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C.4 - Provide a statement of the relevant supply chain management and/or tracking systems used.
4C.7 - Provide details of the environmental management measures which the bidder will be able to use when performing the contract.
4C.10 - Provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards required:
4C.4 -
If bidders intend to use a supply chain to deliver the requirements detailed in the
Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
4C.7 -
Production and submission of evidence of steps taken to build awareness of the climate emergency and consideration of how the organisation plans to respond to it. This should include details of planned projects and actions to reduce the bidder’s carbon emissions.
4C.10 -
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-056050
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/03/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
18/03/2026
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=822127.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:822127)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court & Justice of the Peace Court
27 Chambers St
Edinburgh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
04/02/2026