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 an Integrated Student Admissions System

  • First published: 05 July 2023
  • Last modified: 05 July 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-03de7c
Published by:
University of the Highlands and Islands
Authority ID:
AA30462
Publication date:
05 July 2023
Deadline date:
11 August 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 an Integrated Student Admissions System. 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. UHI Academic Partners include:

UHI Argyll

UHI Inverness

UHI Moray

UHI North Highland

Orkney College UHI

UHI Outer Hebrides

UHI Perth

UHI Shetland

UHI West Highland

Highland Theological College

Sabhal Mor Ostaig

Scottish Association for Marine Science

UHI Executive Office

Please note that UHI North Highland, UHI Outer Hebrides and UHI West Highland will be merging to become UHI North, West and Hebrides in August 2023, subject to Scottish Government approval. The merged college will have access to the System.

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 an Integrated Student Admissions System

Reference number: CS-UHI-26081

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

The University of the Highlands and Islands (UHI) has a requirement for the Provision of an Integrated Student Admissions System. 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. UHI Academic Partners include:

UHI Argyll

UHI Inverness

UHI Moray

UHI North Highland

Orkney College UHI

UHI Outer Hebrides

UHI Perth

UHI Shetland

UHI West Highland

Highland Theological College

Sabhal Mor Ostaig

Scottish Association for Marine Science

UHI Executive Office

Please note that UHI North Highland, UHI Outer Hebrides and UHI West Highland will be merging to become UHI North, West and Hebrides in August 2023, subject to Scottish Government approval. The merged college will have access to the System.

II.1.5) Estimated total value

Value excluding VAT: 350 500.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48445000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

The University of the Highlands and Islands (UHI) has a requirement for the Provision of an Integrated Student Admissions System. 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. UHI Academic Partners include:

UHI Argyll

UHI Inverness

UHI Moray

UHI North Highland

Orkney College UHI

UHI Outer Hebrides

UHI Perth

UHI Shetland

UHI West Highland

Highland Theological College

Sabhal Mor Ostaig

Scottish Association for Marine Science

UHI Executive Office

Please note that UHI North Highland, UHI Outer Hebrides and UHI West Highland will be merging to become UHI North, West and Hebrides in August 2023, subject to Scottish Government approval. The merged college will have access to the System.

II.2.5) Award criteria

Criteria below:

Quality criterion: Compliance with Specification / Weighting: 15%

Quality criterion: User Evaluation and Testing / Weighting: 15%

Quality criterion: Core System Functionality / Weighting: 10%

Quality criterion: Systems Integration / Weighting: 10%

Quality criterion: Implementation Plan / Weighting: 15%

Quality criterion: Phase-Out Plan and Exit Strategy / Weighting: 10%

Quality criterion: Support Services / Weighting: 10%

Quality criterion: Fair Work Practices / Weighting: 5%

Price / Weighting:  10%

II.2.6) Estimated value

Value excluding VAT: 350 500.00  GBP

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The Contract will commence for a period of three (3) years (not including the implementation period).

The Authority reserves the right to extend the contract for two (2) x one (1) 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:

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.

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

- Professional Indemnity Insurance = 2 000 000 GBP

Please refer to Part IV Selection Criteria of the SPD.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

Bidders must provide at least one (1) relevant example within the last three (3) years. It should be noted that the Contractor’s system shall be required to handle a minimum of 35,000 applications annually. The Contractor must be able to demonstrate that the volume listed above has been handled before, with descriptions of the related system hardware/architecture.

Examples from both public and/or private sector customers and clients may be provided.

In order to ensure that newer or start-up companies have a chance to demonstrate any experience relevant to the current requirement, examples may be provided from:

- Within their organisation (bidders may rely on the experience of personnel that they intend to use to carry out the current requirement, even if that experience was gained whilst working for a different organisation)

- Other consortium members (where a consortium bid is being proposed)

- Named entities upon whose capacity and capability the bidder is relying in order to meet the selection criteria

Bidders should be aware that they may be asked to confirm at the Invitation to Tender stage that there has been no material change to the skills, experience and resources available to them since submitting their SPD response.

Please refer to Part IV Selection Criteria of the SPD.

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

Date: 11/08/2023

Local time: 09:00

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: 11/08/2023

Local time: 09:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

It is not possible to advise an estimated time for a contract notice to be published at this exact moment.

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 - Commercial Questionnaire (Pricing Schedule)

Appendix F - Technical Questionnaire (including Appendix J - Compliance with Specification)

Appendix G - GDPR Vendor Data Processor Assurance Assessment

Appendix I - Conflict of Interest

Appendix L - Cloud Risk Evaluation Questionnaire

Single Procurement Document

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 in 2015.

It should be noted that the maximum value/budget of the Authority, across a period of five (5) years, including implementation but not inclusive of potential contract amendments during the contract term, is 350,500 GBP (excluding VAT).

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24502. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:736091)

VI.4) Procedures for review

VI.4.1) Review body

Inverness Sheriff and Justice of the Peace Court

Inverness

IV2 3EG

UK

VI.5) Date of dispatch of this notice

04/07/2023

Coding

Commodity categories

ID Title Parent category
48445000 Customer Relation Management software package Financial analysis and accounting software package
48000000 Software package and information systems Computer and 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.