Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of Strathclyde
McCance Building, 16 Richmond Street
Glasgow
G1 1QE
UK
Contact person: Laura Shaw
E-mail: laura.shaw@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
PROVISION OF A GLOBAL OUTBOUND PAYMENT SOLUTION INCLUSIVE OF THE DESIGN, TESTING, HOSTING AND MANAGEMENT OF SERVICES
Reference number: UOS-28834-2024
II.1.2) Main CPV code
66110000
II.1.3) Type of contract
Services
II.1.4) Short description
University of Strathclyde requires an automated payment mechanism capable of integrating with Unit4 Business World On to make global outbound payments to multiple countries in multiple currencies
II.1.5) Estimated total value
Value excluding VAT:
700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
66115000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
University of Strathclyde seeks a supplier to provide a Global Outbound Payment Solution. The supplier is required to provide a comprehensive global outbound payment solution capable of integrating with Unit4 Business World On to University of Strathclyde to facilitate the transfer and accounting for all payments to our global suppliers including sundry suppliers. Currently approximately 2800 GBP and currency transactions equating to approximately 10 million are incurred annually across around 45 different currencies. The solution offered will have the ability to integrate and take data feed from Unit4 Business World On.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40
Price
/ Weighting:
60
II.2.6) Estimated value
Value excluding VAT:
700 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The contracting authority exercises the right to extend this contract by two periods of up to 12-months. The extension will be utilised at the sole discretion of the contracting 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The supplier must be accredited with Cyber Essentials (+) OR ISO27001
The supplier will be Financial Conduct Authority (FCA)regulated
III.1.2) Economic and financial standing
List and brief description of selection criteria:
List and brief description of selection criteria:
4B1.2
4B.5.1 – 4B.5.3
Minimum level(s) of standards required:
4B1.2 Bidders are required to have an average yearly turnover of a minimum of 140,000.00 GBP for the last 2 years.
4B.5.1 – 4B.5.3 It is a requirement of this contract that bidder holds employer’s liability insurance and public liability insurance in the sum of not less than 10,000,000 GBP in respect of any one incident and unlimited as to numbers of claims, and adequate insurances covering all the Contractor’s other liabilities in terms of the Contract.
The Contractor shall maintain in force with reputable insurers professional liability insurance in the sum of not less than 2,000,000 GBP 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
Minimum level(s) of standards required:
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in par II.2.4 of the Contract Notice or the relevant section of the Site Notice.
Please provide three (3) examples of experience of supply and delivery of the offered solution as detailed within the specification over the last three (3) years.
This will be scored as detailed in the Invitation to Tender document.
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:
11/11/2024
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:
11/11/2024
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:
contract is up for renewal three years after start date. However the contract has two options of up to 12 month extensions to the latest renewal may be 5 years from start date.
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 exercise. The Project code is 27680. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
Please see ITT for information on Community Benefits.
(SC Ref:780263)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
Glasgow
UK
VI.5) Date of dispatch of this notice
10/10/2024