Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of the Highlands and Islands
12b Ness Walk
Inverness
IV3 5SQ
UK
Telephone: +44 1463279000
E-mail: ayoung@apuc-scot.ac.uk
Fax: +44 1463279001
NUTS: UKM6
Internet address(es)
Main address: http://www.uhi.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
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/
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
Provision of Reading List Software and Associated Services
Reference number: CS-UHI-18150
II.1.2) Main CPV code
72268000
II.1.3) Type of contract
Services
II.1.4) Short description
The University of the Highlands and Islands (UHI) has a requirement for the Provision of Reading List Software and Associated Services. It should be noted that this contract is being tendered by the University of the Highlands and Islands, on behalf of all UHI Academic Partners.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48000000
72261000
72262000
72263000
72266000
72267000
II.2.3) Place of performance
NUTS code:
UKM6
II.2.4) Description of the procurement
The University of the Highlands and Islands (UHI) has a requirement for the Provision of Reading List Software and Associated Services. It should be noted that this contract is being tendered by the University of the Highlands and Islands, on behalf of all UHI Academic Partners.
Additional detail regarding this requirement is contained within the Invitation to Tender document and associated Appendices.
II.2.5) Award criteria
Criteria below:
Quality criterion: User Interface - Design, Usability and Personalisation
/ Weighting: 10%
Quality criterion: Reading List Management
/ Weighting: 20%
Quality criterion: Systems Integration
/ Weighting: 20%
Quality criterion: Authentication
/ Weighting: 5%
Quality criterion: Embedding content in other services (VLE and API)
/ Weighting: 5%
Quality criterion: Hosting – Resilience, Security and Data Protection
/ Weighting: 5%
Quality criterion: Reports and Analytics
/ Weighting: 10%
Quality criterion: Training, Customer Support and Documentation
/ Weighting: 5%
Quality criterion: Added Value Services
/ Weighting: 5%
Quality criterion: Fair Working Practices
/ Weighting: 5%
Quality criterion: Product Roadmap and Future Developments
/ Weighting: 0%
Quality criterion: Exit Strategy
/ Weighting: 0%
Price
/ Weighting:
10%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 93
This contract is subject to renewal: Yes
Description of renewals:
The contract will commence for an initial term of forty-five (45) months.
The Authority reserves the right to extend the contract for two (2) x two (2) year periods, subject to satisfactory performance and continued requirement of the Authority.
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
Minimum level(s) of standards required:
Insurance
Bidders must confirm they can provide the following supporting evidence prior to award:
- Employer's (Compulsory) Liability Insurance = 5 000 000 GBP or as required by statute
- Product Liability Insurance = 5 000 000 GBP
- Public Liability Insurance = 5 000 000 GBP
Accounts
The following evidence will be requested with tender submissions in order to conduct analysis of organisation’s financial standing:
Contractors are required to submit 2 years audited accounts including profit and loss statements, or equivalent before the tender submission deadline.
Alternatively, 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 Contract.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/03/2023
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
15/03/2023
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:
January 2027 OR January 2029 OR January 2031
Please note that the timing for a future contract notice with regard to this requirement cannot be determined at this point in time.
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
The below documentation requires to be submitted as part of the tender submission:
Appendix A - Form of Tender
Appendix B - Freedom of Information
Appendix D - Supply Chain Code of Conduct
Appendix E - Pricing Schedule
Appendix F - Technical Questionnaire
Appendix G - GDPR Vendor Data Processor Assurance Assessment
Single Procurement Document
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23244. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:718130)
VI.4) Procedures for review
VI.4.1) Review body
Inverness Sheriff & Justice of the Peace Court
Inverness
IV2 3EG
UK
VI.5) Date of dispatch of this notice
16/01/2023