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

Provision of Reading List Software and Associated Services

  • First published: 17 January 2023
  • Last modified: 17 January 2023
  • Version: N/A
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0397ae
Published by:
University of the Highlands and Islands
Authority ID:
AA30462
Publication date:
17 January 2023
Deadline date:
15 March 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72266000 Software consultancy services Software-related services
72262000 Software development services Software-related services
72263000 Software implementation services Software-related services
72267000 Software maintenance and repair services Software-related services
48000000 Software package and information systems Computer and Related Services
72268000 Software supply services Software-related services
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:
ayoung@apuc-scot.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.