Tender

Provsion of Research Award Management System

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2025/S 000-008884

Procurement identifier (OCID): ocds-h6vhtk-04ebe8

Published 12 March 2025, 9:19am



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

Learning & Teaching Building, 49 Richmond Street

Glasgow

G1 1XU

Contact

Nicholas Nixon

Email

nicholas.nixon@strath.ac.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Provsion of Research Award Management System

Reference number

UOS-34733-2024

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £1,350,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

The University of Strathclyde

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Price - Weighting: 30

two.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.

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

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 possibly 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.

three.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 possibly 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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please Invitation To Tender Document in PCS-T


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

11 April 2025

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 April 2025

Local time

1:00pm

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 six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 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)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom

six.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.