Tender

Global Digital Platform – Cloud Hosted

  • Heriot-Watt University

F02: Contract notice

Notice identifier: 2022/S 000-010385

Procurement identifier (OCID): ocds-h6vhtk-032f2f

Published 21 April 2022, 2:48pm



Section one: Contracting authority

one.1) Name and addresses

Heriot-Watt University

Moyen House, Research Park North, Heriot-Watt University

Riccarton, Edinburgh

EH14 4AP

Contact

Richard Kinghorn

Email

R.G.Kinghorn@hw.ac.uk

Telephone

+44 1314513704

Country

United Kingdom

NUTS code

UKM75 - Edinburgh, City of

Internet address(es)

Main address

http://hw.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00307

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

Global Digital Platform – Cloud Hosted

Reference number

HWU-UK-2122-078

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 is seeking a Contractor to deliver an enhanced digital experience for Prospective Students, Alumni and Partners across the University website estate.

two.1.5) Estimated total value

Value excluding VAT: £190,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Heriot-Watt University

Riccarton Campus

Edinburgh

EH14 4AS

two.2.4) Description of the procurement

The University is seeking a Contractor to deliver an enhanced digital experience for Prospective Students, Alumni and Partners across the University website estate. Alongside this, offering stable web security via a high-performance Cloud Hosted solution that will offer our Content Management System users and developers a more flexible and user-friendly platform to work with. This will allow the University to modernise and keep pace with ever-changing digital landscape and help to achieve and deliver its strategic objectives of becoming a Globally Connected University.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 70

Cost criterion - Name: Commercial / Weighting: 30

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 February 2023

End date

31 January 2025

This contract is subject to renewal

Yes

Description of renewals

The University reserves the right to extend the Agreement for two further 24 months periods, subject to satisfactory performance and continuation of the University’s requirements

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:

ESPD Section 4.C: Technical and Professional Ability

Question Scoring Methodology:

100 – Value Add - The Tenderer has provided a strong methodology addressing all the key points requested and has also provided detail of

relevant value add that they can provide.

75 – Good - The Tenderer response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and

provide details on how the requirements will be fulfilled.

50 - Acceptable - The Tenderer has provided an acceptable methodology addressing most of the key points listed above in detail OR the

Tenderer has provided all the key points listed above but lacks detail in answering the question fully. The response provides confidence that

the requirements can be met.

25 - Minor Concerns - The Tenderer has provided a methodology addressing some of the key points listed above in detail OR the Tenderer

has provided most of the key points listed above but lacks detail. The response provided does not provide confidence fully that the

requirements can be met.

0 - Major Concerns - The Tenderer has failed to address the question, submitted a nil response or any element of the response gives cause

for major concern

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.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulations 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

List and brief description of selection criteria

Bidders will be required to have a minimum “general” yearly turnover of the amount listed below, for the last 2 years. Where turnover

information is not available for the time period requested, the bidder will be required to state the date which they were set up/started

trading.

The Successful Contractor will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or

confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no

qualification or contra-indication from any evidence provided in support of the Contractor’s economic and financial standing.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the types and

levels of insurance listed below.

Bidders also must confirm they can provide the following supporting evidence at point of award

Minimum level(s) of standards possibly required

Turnover Requirements

Bidders will be required to have a minimum “general” yearly turnover of 280,000 GBP for the last 2 years.

Insurance Requirements

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the following

types and levels of insurance:

Employer's (Compulsory) Liability Insurance = 5,000,000 GBP

Product Liability Insurance = 5,000,000 GBP

Public Liability Insurance = 1,000,000 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

Please refer to these statements when completing Section 4C of the SPD.

4C.1.2. Bidders will be required to provide relevant examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the service as described in part II.2.4 of the Contract Notice.

Examples should include the following:

- Project name

- Project value

- Project description

- Personnel involved

- Project Successes/Problems

- Client Referee

Three relevant examples are requested to be submitted.

Each example must not exceed 800 words and two A4 pages.

As stated above in ‘2. Selection Stage Evaluation Criteria & Guidance’, each example will be assessed with a weighting of 25% per example provided.

4C.2 Bidders will be required to confirm details of the technicians or technical bodies such as ISO or equivalent who they can call upon, especially those responsible for quality control. Please provide examples such as the following:

- Cyber Essentials or Cyber Essentials Plus

- ISO 27001 – Information Security Management

- ISO 27017 – Code of practice for information security controls

- ISO 27018 – Code of practice for protection of personally identifiable information (PII) in public clouds acting as PII processors

- UK Government 14 Cloud Security Principles

Please state the relevance of any such educational and professional qualifications.

Response must not exceed 800 words and two A4 pages

As stated above in ‘2. Selection Stage Evaluation Criteria & Guidance’, response will be assessed with a weighting of 25%


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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

27 May 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

13 June 2022

four.2.4) Languages in which tenders or requests to participate may be submitted

English


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 asked to submit the following forms. These forms are for information only and will not be scored.

Form of Tender

Bona Fide Tender

Freedom of Information

Supply Chain Code of Conduct

The Successful Tenderer must confirm that they comply with the requirements of the Modern Slavery Act 2015.

The Successful Tenderer will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm

in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no

qualification or contra-indication from any evidence provided in support of the Contractor’s economic and financial standing.

Where the capability & capacity of a subcontractor, members of a consortia or any other body will be relied on, separate SPD(s) are

required from each of those other parties relied on.

Where subcontractors are to be used but their capability & capacity are not relied on, the University may choose to request separate

SPD(s).

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21153. The ITT code is pqq_5800.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21153. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:690915)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court and Justice of the Peace Court

Edinburgh

Country

United Kingdom