Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Finance Systems

  • First published: 20 August 2025
  • Last modified: 20 August 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-04f81e
Published by:
Forth Valley College
Authority ID:
AA36567
Publication date:
20 August 2025
Deadline date:
26 September 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Forth Valley College is seeking a Contractor to deliver the upgrade and implementation of a cloud-based financial management system, replacing its current on-premises Infor software. The solution must incorporate Infor SunSystems Cloud as the core financial record system, along with fully integrated software for purchase-to-payment, debtor management, Excel-based reporting and budgeting.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Forth Valley College

Grangemouth Road

Falkirk

FK2 9AD

UK

Contact person: Ester Vasallo

Telephone: +44 1324403000

E-mail: procurement@forthvalley.ac.uk

NUTS: UKM76

Internet address(es)

Main address: http://www.forthvalley.ac.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00451

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Finance Systems

Reference number: FIN-2025-01

II.1.2) Main CPV code

72261000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Forth Valley College is seeking a Contractor to deliver the upgrade and implementation of a cloud-based financial management system, replacing its current on-premises Infor software. The solution must incorporate Infor SunSystems Cloud as the core financial record system, along with fully integrated software for purchase-to-payment, debtor management, Excel-based reporting and budgeting.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48442000

48440000

II.2.3) Place of performance

NUTS code:

UKM76

II.2.4) Description of the procurement

Forth Valley College is seeking a Contractor to deliver the upgrade and implementation of a cloud-based financial management system (the System). This will replace the current on-premises Infor SunSystems 6.3 software which is being moved by Infor to sustainable maintenance, as well as replacing all of the current bolt-on systems for reporting, budgeting, purchase-to-payment, and debtor management. The solution must incorporate Infor SunSystems Cloud as the core financial record system, along with fully integrated software for purchase-to-payment, debtor management, Excel-based reporting and budgeting.

II.2.5) Award criteria

Criteria below:

Quality criterion: System Implementation Services / Weighting: 10

Quality criterion: Compliance with Specification Grid / Weighting: 10

Quality criterion: System Demonstration: Finance System Capabilities / Weighting: 10

Quality criterion: Data Protection and Cyber Security Risks / Weighting: 10

Quality criterion: Maintenance and Support Services / Weighting: 9

Quality criterion: Key Personnel and Customer Relationship Management / Weighting: 7

Quality criterion: System Innovation, Value Add and Future Roadmap / Weighting: 5

Quality criterion: Phase Out & Exit Strategy / Weighting: 3

Quality criterion: Fair Work Practices, and Equality, Diversity and Inclusion / Weighting: 3

Quality criterion: Sustainability and Community Benefits / Weighting: 3

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 05/01/2026

End: 04/01/2031

This contract is subject to renewal: Yes

Description of renewals:

The Purchaser reserves the right to extend the Agreement for a further 2 periods of 12 months subject to satisfactory performance and continued Purchaser requirements.

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: Yes

Description of options:

The College may request consultancy and integration services.

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:

It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Agreement as indicated below.

Question 4B.6. The successful Tenderer will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. If you are unable to provide the required accounting information – e.g. a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Agreement.

The College shall assess the financial accounts or banker’s letter submitted. It may seek further clarity if necessary and use all financial information submitted to ensure that the Tenderer has satisfactory economic and financial standing to meet the contract requirements. If analysis of a Tenderer’s financial position determines that additional measures are necessary to provide adequate assurance of the Tenderer’s financial strength to the College that Tenderer may or may not be required to provide additional guarantees. If such additional measures are not suitable or cannot be provided by the Tenderer, then the College reserves the right to disqualify the Tenderer.

Please confirm on the SPD on PCS that you can meet this requirement, and this information shall be provided when requested.

This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise.


Minimum level(s) of standards required:

Question 4B.5a Professional Indemnity Insurance – GBP2,000,000 each and every claim.

Question 4B.5b Employer's (Compulsory) Liability Insurance – GBP5,000,000 each and every claim.

Question 4B.5c Product Liability Insurance - GBP2,000,000 each and every claim.

Pass = The Tenderer has the relevant Insurance in place with evidence of an Insurance Certificate or the Tenderer has committed to obtaining the required insurance with evidence of a brokers letter.

Fail = The Tenderer does not have the relevant insurance requirements in place and cannot commit to obtaining the relevant insurance OR the Tenderer has stated they have the relevant insurance in place or can obtain it but is unable to provide evidence to demonstrate this.

Question 4B.6.

Pass = The Tenderer has provided all financial accounts or banker’s letter and/or supporting information requirements as requested by the College and has demonstrated satisfactory economic and financial standing.

Fail = The Tenderer has not provided the required financial accounts or banker’s letter and/or supporting information as requested by the College or has provided the information but has not demonstrated satisfactory economic and financial standing.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Question 4C.1.2

Tenderers are required to provide a minimum of 2 examples in the last 3 years to demonstrate that they have relevant experience.

Please provide examples and references including as a minimum a description of the services, client/ company name, total contract value and dates of delivery.


Minimum level(s) of standards required:

Pass = The Tenderer has provided 2 examples that demonstrate relevant experience in the last three years.

Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant.

III.2) Conditions related to 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 000-010994

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 26/09/2025

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

Tender must be valid until: 06/02/2026

IV.2.7) Conditions for opening of tenders

Date: 26/09/2025

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

August 2032

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

System Demonstrations are mandatory as part of this Invitation to Tender. These will take place during week commencing 27th October 2025.

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=802551.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:802551)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=802551

VI.4) Procedures for review

VI.4.1) Review body

Camelon Sheriff Court

Main St, Camelon

Falkirk

FK1 4AR

UK

VI.5) Date of dispatch of this notice

19/08/2025

Coding

Commodity categories

ID Title Parent category
48440000 Financial analysis and accounting software package Business transaction and personal business software package
48442000 Financial systems software package Financial analysis and accounting software package
72261000 Software support services Software-related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@forthvalley.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.