Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27,Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
Michael McLaughlin
Country
United Kingdom
Region code
UKM77 - Perth & Kinross and Stirling
Companies House
SC314764
Internet address(es)
Main address
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
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
Engagement (Business to Business) CRM Systems and Associated Services
Reference number
ITS1057AP
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 Authority is seeking Contractor(s) for the supply of Engagement (Business to Business) CRM Systems and Associated Services to form a framework agreement, accessible to the UK Higher and Further Education institutions.
APUC will tender utilising a vanguard institution.
The requirements will reflect at University of Aberdeen, who may award on the basis of this Framework Agreement.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Various
two.2.4) Description of the procurement
APUC is seeking to appoint contractors to a Framework Agreement to provide Engagement (Business to Business) CRM Systems on behalf of the UK Universities and colleges.
Potential Services include but are not limited to: system implementation; migration support; support and maintenance; hosting, renewal of contracts and configuration and development if required by Institutions.
This framework agreement is available to participation from Full and Associate Members and future members within the UK higher education regional purchasing consortia as follows:
Advanced Procurement for Universities and Colleges (APUC Ltd) and associated members.
http://http://apuc-scot.ac.uk/#!/members
Southern Universities Purchasing Consortium (SUPC);
https://www.supc.ac.uk/about-us/our-members/ourmembers
London Universities Purchasing Consortium(LUPC);
https://www.lupc.ac.uk/memberlist
North Eastern Universities Purchasing Consortium (NEUPC);
https://www.neupc.ac.uk/our-members
North Western Universities Purchasing Consortium (NWUPC);
https://www.nwupc.ac.uk/ourmembers
Higher Education Purchasing Consortium Wales (HEPCW) https://www.hepcw.ac.uk/members/
The requirements of University of Aberdeen will be used to set of and evaluate this Framework Agreement. As a Vanguard Institution, University of Aberdeen will be entitled to award in whole or in part, or not to award at all, as a result of this framework agreement.
two.2.5) Award criteria
Quality criterion - Name: Functionality, Service Delivery and Responsible Procurement / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Authority reserves the right to extend the Framework Agreement for a further two periods of 12 months, subject to satisfactory performance and continued requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
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
Insurances and proof of financial standing
Minimum level(s) of standards required:
Section 4B 5.1 specifies the minimum levels of insurance which are as follows:
Employer's (Compulsory) Liability Insurance, GBP 5Million
Product Liability Insurance, GBP 5Million
Public Liability Insurance, GBP 5Million
Professional Indemnity GBP 2Million
Cyber/Data Protection Insurance or equivalent
Section 4.6 of the ESPD requests further information.
A copy of your audited accounts or equivalent for the most recent two years, along with details of any significant changes since the
previous year end.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
Section 4C.1.2 of the SPD requests a relevant example of previous experience of supplier and/or services carried out within the last three years, as this procurement exercise is not a software development project. PASS/FAIL
For a Pass = Tenderers must have an Engagement (Business to Business) in place within an equivalent environment to the tender Specification.
For a Fail = Tenderers seeking to develop a fully bespoke Engagement (Business to Business) CRM System will be disqualified. Tenderers who cannot provide evidence that their solution is in place within an equivalent environment to the tender Specification will be disqualified.
Please refer to question 4C.4 of the SPD - Technicians and Technical Bodies section.
Tenderers must confirm prior to Award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:
a) Their standard payment terms
b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.
If the Tenderer is unable to confirm (b) they must provide an improvement plan signed by their Director which improves the payment performance
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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: 6
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 May 2023
Local time
1:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 May 2023
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
Tenderers will be required to submit a Form of tender, FOI disclaimer, APUC Supply Chain Code of Conduct including completion of Section 1 of the Sustain Supply Chain Evaluation Tool, and GDPR Assurance Assessment which will be available within the ITT. Tenderers will be required to complete the Cyber Security Procurement Support Tool (CSPST) Ref: RAR-Q2CZ2BYA.
The buyer is using PCS-Tender to conduct this ITT exercise.
A summary of the expected community benefits has been provided as follows:
Provision of training opportunities to staff and students, apprenticeships and potential investment in Institution local communities.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22800. 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:
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:
The Contractor will work with the Authority to consider what community benefits can be delivered through this Framework Agreement.
Provision of training opportunities to staff and students,
apprenticeships and potential investment in Institution local communities.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23798. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The contract is not expected ton be delivered through Sub-Contractors
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:
Provision of training opportunities to staff and students, apprenticeships and potential investment in Institution local communities.
The Contractor will work with the Authority to consider what community benefits can be delivered through this Framework Agreement.
(SC Ref:727474)
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
Viewfield Place
Stirling
FK8 1NH
Country
United Kingdom