Opportunity

Academic Integrity, Assessment Management Systems and Associated Services

  • APUC Limited

F02: Contract notice

Notice reference: 2024/S 000-013492

Published 25 April 2024, 3:52pm



Section one: Contracting authority

one.1) Name and addresses

APUC Limited

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

Contact

Niall Milroy

Email

nmilroy@apuc-scot.ac.uk

Telephone

+44 1314428930

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.apuc-scot.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402

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

Academic Integrity, Assessment Management Systems and Associated Services

Reference number

ITS1049 AP

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

APUC is seeking to appoint contractors to a framework Agreement to provide Academic Integrity, Assessment Management Systems and Associated Services (APUC).

two.1.5) Estimated total value

Value excluding VAT: £20,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Academic Integrity Systems and Associated Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48611000 - Database software package
  • 48190000 - Educational software package
  • 72260000 - Software-related services
  • 72261000 - Software support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom: England, Scotland, Wales and Northern Ireland

two.2.4) Description of the procurement

Framework for Academic Integrity, Assessment Management Systems and Associated Services: Lot 1, Academic Integrity Systems and Associated Services 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/

two.2.5) Award criteria

Quality criterion - Name: Functionality and Service Delivery / 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 Institutions requirements.

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

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.

two.2) Description

two.2.1) Title

Assessment Management Systems and Associated Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 48611000 - Database software package
  • 48190000 - Educational software package
  • 72261000 - Software support services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

United Kingdom: England, Scotland, Wales and Northern Ireland

two.2.4) Description of the procurement

APUC is seeking to appoint contractors to a Framework Agreement to provide Academic Integrity, Assessment Management Systems and Associated Services: Lot 2, Assessment Management Systems and Associated Services 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/

two.2.5) Award criteria

Quality criterion - Name: Functionality and Service Delivery / Weighting: 70

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £10,000,000

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 Institutions requirements

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: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement

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

Section 4B 5.1 specifies the minimum levels of insurance which are as follows:

Employer's (Compulsory) Liability Insurance, GBP 5Million

Product & Public Liability Insurance, GBP 5Million

Professional Indemnity GBP 2Million

Cyber 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.2) Conditions related to the contract

three.2.2) Contract performance conditions

Submission of Management Information

Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period.

Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website:

http://ucsp.ac.uk/ using the template provided (template shall be provided during the lead-in period). The supplied template is the only format permissible and should contain Contractor name, tender reference, total net spend by institution each month. If there has been no

spend for the quarter, then this will still require you to log in and record a nil spend return.


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: 10

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

29 May 2024

Local time

2:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

29 May 2024

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Economic operators maty 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.

Tenders will be required to submit a Form of Tender (Appendix A), FOI disclaimer (Appendix B), Supply Chain Code of Conduct ( Appendix D), GDPR Assurance Assessment (Appendix I), Section 1 of the SCM RP Evaluation Tool (Appendix J), which will be available within the ITT.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26517. 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 to 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:

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 the Institution local communities.

The contractor will work with the Authority to consider community benefits can be delivered through this Framework Agreement.

(SC Ref:761088)

six.4) Procedures for review

six.4.1) Review body

Stirling Sheriff Court House

Viewfield Place

Stirling

FK8 1NH

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/stirling-sheriff-court-and-justice-of-the-peace-court