Section one: Contracting authority
one.1) Name and addresses
University of the Highlands and Islands
12b Ness Walk
Inverness
IV3 5SQ
Telephone
+44 1463279000
Fax
+44 1463279001
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Reading List Software and Associated Services
Reference number
CS-UHI-18150
two.1.2) Main CPV code
- 72268000 - Software supply services
two.1.3) Type of contract
Services
two.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.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72261000 - Software support services
- 72262000 - Software development services
- 72263000 - Software implementation services
- 72266000 - Software consultancy services
- 72267000 - Software maintenance and repair services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
two.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.
two.2.5) Award criteria
Quality criterion - Name: User Interface - Design, Usability and Personalisation / Weighting: 10%
Quality criterion - Name: Reading List Management / Weighting: 20%
Quality criterion - Name: Systems Integration / Weighting: 20%
Quality criterion - Name: Authentication / Weighting: 5%
Quality criterion - Name: Embedding content in other services (VLE and API) / Weighting: 5%
Quality criterion - Name: Hosting – Resilience, Security and Data Protection / Weighting: 5%
Quality criterion - Name: Reports and Analytics / Weighting: 10%
Quality criterion - Name: Training, Customer Support and Documentation / Weighting: 5%
Quality criterion - Name: Added Value Services / Weighting: 5%
Quality criterion - Name: Fair Working Practices / Weighting: 5%
Quality criterion - Name: Product Roadmap and Future Developments / Weighting: 0%
Quality criterion - Name: Exit Strategy / Weighting: 0%
Price - Weighting: 10%
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly 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.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 March 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
15 March 2023
Local time
12:00pm
Section six. Complementary information
six.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.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff & Justice of the Peace Court
Inverness
IV2 3EG
Country
United Kingdom