Section one: Contracting authority
one.1) Name and addresses
Heriot-Watt University
Moyen House, Research Park North, Heriot-Watt University
Riccarton, Edinburgh
EH14 4AP
Telephone
+44 1314515700
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00307
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/Default.aspx
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/Default.aspx
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publiccontractsscotland.gov.uk/Default.aspx
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
Development of online academic courses
Reference number
HWU-UK-2122-065
two.1.2) Main CPV code
- 80300000 - Higher education services
two.1.3) Type of contract
Services
two.1.4) Short description
Heriot-Watt University seek to establish a multi-lot framework agreement for the development of online academic content. Suppliers will require to develop online resources focussed on learning content designed to integrate with course specific teaching.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The decision to combine all or some lots may be taken which shall depend on applicants holding relevant prior experience across each academic discipine.
two.2) Description
two.2.1) Title
Development of on demand online academic courses
Lot No
2
two.2.2) Additional CPV code(s)
- 80300000 - Higher education services
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
Online course development services across a fixed period. The development work may include subject matter expertise for the creation of online course content. Learning design for the creation of effective online learning opportunities appropriate to the target students.
Learning design work will be in collaboration with subject matter experts appointed by either Heriot-Watt University staff or by the supplier. Media development, both graphic designs for online page enhancement, and video or audio recordings to enhance the quality of teaching content.
Workload will be provided in an 'on demand' basis, when workload is outside the capacity of the internal team of designers at Heriot-Watt Online therefore the exact number of developments cannot be defined at this time.
Workload will often, though not exclusively, involve the development of full courses of fifteen academic credits. Heriot-Watt University will provide academic and learning design quality assurance on each course development.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework agreement may be extended by two years in single year extensions.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The procurement process will be conducted through the use of the restricted procedure applying a two stage process. Stage One is prequalification via the SPD. When completing the SPD bidders must have regard for statements in this notice that detail specific requirements. Statements including specific requirements can be found in Section (III.1.2) Economic and Financial Standing and (III.1.3) Technical and Professional ability. The top five ranked candidates will be invited to take part in Stage Two invitation to tender.
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
two.2) Description
two.2.1) Title
Development of online academic courses which constitute a full Graduate Apprenticeship Degree in Data Science.
Lot No
1
two.2.2) Additional CPV code(s)
- 80300000 - Higher education services
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
two.2.4) Description of the procurement
Development of twenty-six courses over a four-year period, that constitute a full Graduate Apprenticeship Degree in Data Science. All courses shall be fifteen credits and will be delivered as hybrid. Online resources developed as part of this requirement will be focussed on learning content.
Asynchronous online content must be designed to integrate with course-specific live teaching which may be face-to-face or virtual. Subject matter expertise will be provided by Heriot Watt University Academics.
The supplier will provide learning design, media design (video and graphic) and will manage the course development process, including reporting out to Heriot-Watt University stakeholders and facilitating collaborative quality assurance activities.
Courses do not pre-exist in any format, other than validated programme and course specifications which include learning outcomes and assessment methods. On time delivery of course development shall be critical to ensure courses are ready at point of delivery to students.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The framework agreement may be extended by two years in single year extensions.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The procurement process will be conducted through the use of the restricted procedure applying a two stage process. Stage One is prequalification via the SPD. When completing the SPD bidders must have regard for statements in this notice that detail specific requirements. Statements including specific requirements can be found in Section (III.1.2) Economic and Financial Standing and (III.1.3) Technical and Professional ability. The top five ranked candidates will be invited to take part in Stage Two invitation to tender.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Evidence of substantial prior experience in providing learning design, media production and subject matter expertise on a comparable scale will require to be demonstrated at stage one of the procurement process.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The bidder must provide evidence of adequate financial stability. A review of audited accounts will be undertaken. This review may lead to additional requests for further financial information to assess financial stability where required.
Minimum level(s) of standards possibly required
The Bidder confirms they already have or can commit to obtain, prior to the commencement of the contract the following minimum levels of Insurance Cover.
Professional Risk Indemnity Insurance Cover of 1,000,000 GBP
Employer's (Compulsory) Liability Insurance cover of 5,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
[SPD Quesion 4C1.1] Submit three relevant examples (per lot) which demonstrates your level of prior experience of working with other UK Higher Education Institutes in similar subject areas and disciplines. Detail in each example the level of student feedback measured in terms of learner satisfaction and engagement in qualitative terms. Three relevant examples per lot should be submitted.
[SPD Quesion 4C1.2] Submit a statement describing your capability and experience in working with learning management systems and any specific functional knowledge developed with Canvas Virtual Learning Environment Platform.
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
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
11 April 2022
Local time
10:00am
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 April 2022
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
Tender must be valid until: 31 May 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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=686006.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:686006)
Download the ESPD document here: [[https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=686006]]
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Chambers Street
Edinburgh
Country
United Kingdom