Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Strathclyde
Learning & Teaching Building, 49 Richmond Street
Glasgow
G1 1XU
UK
Contact person: Nicholas Nixon
E-mail: nicholas.nixon@strath.ac.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.strath.ac.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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/esop/pts-host/public/pts/web/login.html
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
Provsion of Research Award Management System
Reference number: UOS-34733-2024
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
The University of Strathclyde is seeking to procure a comprehensive, modern, cloud-based end-to-end Research Awards Management System and associated implementation services.
II.1.5) Estimated total value
Value excluding VAT:
1 350 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code:
UKM82
Main site or place of performance:
The University of Strathclyde
II.2.4) Description of the procurement
The University of Strathclyde is seeking to procure a comprehensive, modern, cloud-based end-to-end Research Awards Management System. The primary goal is to unify and streamline the management of research and knowledge exchange (KE) projects across their full lifecycle, from proposal development through costing and pricing to post-award management. The solution should integrate seamlessly with the University’s existing systems and improve operational efficiency through enhanced data management, integration, and automation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
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:
Five, one year optional extensions.
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
List and brief description of selection criteria:
List and brief description of selection criteria:
4B1.2 Turnover
Bidders will be required to have an general yearly turnover of 2,700,000 GBP for the last 3 (three) financial reporting years, to ensure the University is protected from any unforeseen financial risks that may impact the supplier or supply chain.
Minimum level(s) of standards required:
Minimum level(s) of standards required:
4B.5.1- 4B5.3 Insurances
Insurance requirements are in line with levels identified in the UOS standard Terms and Conditions.
It is a requirement of this contract that bidders can hold or commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:
The Contractor shall maintain in force with reputable insurers
Employer’s (Compulsory) Liability Insurance = GBP 10m
Public and Product Liability Insurance = GBP 5m
Professional Risk Indemnity Insurance = GBP 2m
In respect of any one incident and unlimited as to numbers of claims.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C.1.2 Previous Experience
Bidders will be required to provide an example of one implementation within the last 5 years of a similar solution of comparable size (i.e. project numbers, users etc) particularly addressing the points below:
- Implementation timescale, proposed and actual
- Any issues that arose and how they were resolved
- Integrations with other customer systems (e.g. Finance, Research Information or in-house systems etc.), highlighting any issues encountered and how you overcame them
- Project outturn risk and issues register (can be anonymised)
Minimum level(s) of standards required:
4D Quality Assurance Schemes
ISO/IEC 22301:2019: Business Continuity Management Systems(or equivalent).
ISO 27001: Information Security Management System (ISMS)(or equivalent).
SOC 2 Type II: Trust Services Criteria(TSC)(or equivalent)
Web Content Accessibility Guidelines (WCAG) 2.2
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please Invitation To Tender Document in PCS-T
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:
11/04/2025
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
11/04/2025
Local time: 13:00
Place:
University of Strathclyde
Information about authorised persons and opening procedure:
The opening time of 13:00 is indicative only and the University is not held to this.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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 buyer is using PCS-Tender to conduct this ITT. The Project code is *****. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Please note within PCS-T there are mandatory questions relating to Information Security and Quality Assurance Systems.
Please note, within PCS-T there are Mandatory Pass/Fail questions relating to the Specification of Requirements. A list of these questions are attached to this Notice.
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=792624.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Voluntary Approach
The Contracting Authority acknowledges that its procurement activities have a significant impact on the environment, society and the economy.
The Contracting Authority recognises that community benefits are a key component in maximising social, economic and environmental benefits. The achievements and delivery of community benefits can contribute to the University of Strathclyde’s Strategic Plan.
The Contracting Authority proposes to use a Voluntary Approach to Community Benefits for this requirement; this approach is to encourage the Tenderer to offer Community Benefits post Tender Submission. These will not form part of the contractual obligation and will not form part of the considerations at Tender evaluation stage.
(SC Ref:792624)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI2015/446) (as amended) may bring proceedings to the Sheriff Court or the Court of Session.
VI.5) Date of dispatch of this notice
12/03/2025