Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Glasgow City Council
40 John St, City Chambers
Glasgow
G2 1DU
UK
Telephone: +44 1412872000
E-mail: Stacy.Simpson2@glasgow.gov.uk
NUTS: UKM82
Internet address(es)
Main address: www.glasgow.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
GCC006191CPU – The Provision of Compute and Storage Services
Reference number: GCC006191CPU
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
The council invites tender bids for the provision of compute and storage services. This procurement will be conducted via the Public Contracts Scotland-Tender portal (PCS-T).
The contract is expected to run for an Initial Term of approximately 69 months. The council will have an option to extend the contract for periods of up to 60 months (in total) which will be exercised by the council serving notice on the Bidder in accordance with the council’s Terms and Conditions.
The estimated value of this contract over the maximum permitted duration of 129 months (69 plus up to 60) is expected to be within the range of 80,000,000 GBP to 110,000,000 GBP.
TUPE may apply to this contract.
Please refer to the Procurement Documents contained within PCS-T for full details relating to this opportunity.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
4 493 294 831.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
72000000
72510000
72317000
30200000
72315000
48820000
72246000
72250000
72251000
72252000
72253200
72120000
72212710
48800000
48620000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
The council invites tender bids for the provision of compute and storage services. The Service Provider will provide datacentre and cloud infrastructure services to the council.
It is anticipated that the Compute and Storage Services shall commence on 01 October 2025 (the ‘Commencement Date’). Following the Due Diligence Period the Service Provider will be required to transition services from the current provider to the Service Provider’s environment during the Implementation Period and prior to the Operational Services Commencement Date of 01 July 2026. At a high level the Services will consist of:
1. A primary Tier 3 datacentre conforming to Tier 3 standards;
2. Disaster Recovery provision conforming to Tier 3 standards;
3. Provision, hosting and management of resilient Virtual server environments;
4. Provision, hosting and management of Physical server environments;
5. Installation, management and maintenance of current and new Operating systems and underpinning services;
6. Provision, hosting and management of scalable Storage services;
7. Backup, restore and archive, including immutable backups;
8. Provision and management of Datacentre internal networking;
9. Datacentre power management and reporting;
10. Connectivity between the Service Provider’s datacentres and the Council’s WAN;
11. Firewall provision, hosting, maintenance, management and configuration;
12. Private cloud infrastructure provision, hosting and management; and
13. Public cloud infrastructure provision and management.
As part of the delivery of this service, the Supplier will be required to integrate with the SIAM function.
PLEASE NOTE: Due to the nature of the Services, some information related to the procurement is considered sensitive, as it relates to the council’s security systems. In order to maintain confidentiality, the council require that a Confidentiality Agreement is signed by an Economic Operator prior to releasing the confidential information to them as part of this tender process. Economic Operators should complete and return the Confidentiality Agreement found within the Tender Pack in the “Buyer Attachments” area of PCS-T, and submit via the Q&A facility on the PCS-T portal as soon as possible. It is only following completion and return that the council shall send the information via email to the nominated individual listed on the Economic Operator’s Confidentiality Agreement.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 70
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
25
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
II.2.14) Additional information
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.
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 000-028781
Section V: Award of contract
Contract No: GCC006191CPU
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
08/10/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
DataVita Limited
Fortis Datacentre,, York Road
Chapelhall
ML6 8HW
UK
Telephone: +44 917701028
E-mail: dmckenna@datavita.co.uk
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 44 932 948.31
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The Health and Safety Questionnaire provided must be completed and submitted with all required supporting documents. A preferred bidder will be identified during evaluation and their completed Health & Safety questionnaire will be assessed by a Glasgow City Council Health & Safety Officer. In the event of a bidder failing to meet the minimum Health & Safety requirements of Glasgow City Council their offer will be rejected and then the next submission in ranked order will be assessed and so on until an acceptable provider is identified.
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.
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 Contract Commencement Date is 8th October 2025.
Please note that there is an option for the Council to extend the Contract for multiple periods up to a
further 5 years.
(SC Ref:814422)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court & Justice of the Peace Court
PO BOX 23, 1 Carlton Place
Glasgow
G5 9DA
UK
E-mail: glasgow@scotcourts.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
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.
VI.5) Date of dispatch of this notice
31/10/2025