Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27, Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
Peter Jackson
Telephone
+44 1314428930
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Student Management Systems and Associated Services
Reference number
ITS1050 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
Framework for Student Management Systems and Associated Services for Universities and Colleges in Scotland and the wider UK including: provision of all software and any associated licensing. Potential Services include, but are not limited to: System Implementation; Migration
Support; Consultancy; Support and Maintenance; Hosting. Required solutions should have the capability to operate effectively across multi-campus environments. The framework agreement includes:
Lot1 - Student Management Systems (Higher Education)
Lot2 - Student Management Systems (Further Education Colleges)
The agreement will be open to the members of Advanced Procurement for Universities and Colleges (APUC Limited) and other UK procurement consortia as listed further below.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Student Management Systems - Higher Education
Lot No
1
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The United Kingdom: England, Scotland, Wales and Northern Ireland.
two.2.4) Description of the procurement
Framework for Student Management Systems and Associated Services for Higher Education in the UK.
Potential Services include, but are not limited to:
System Implementation; Migration Support; Support and Maintenance; Hosting; Configuration and development if required by Institutions.
Solutions should have the capability to operate effectively across multi-campus environments.
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 Universities and Colleges (APUC Ltd) and associated members.
http://www.apuc-scot.ac.uk/#!/members
Southern Universities Purchasing Consortium (SUPC);
https://www.supc.ac.uk/about-us/our-members/our-members
London Universities Purchasing Consortium (LUPC);
https://www.lupc.ac.uk/member-list
North Eastern Universities Purchasing Consortium (NEUPC);
https://www.neupc.ac.uk/our-members
North Western Universities Purchasing Consortium (NWUPC);
https://www.nwupc.ac.uk/our-members
Higher Education Purchasing Consortium, Wales (HEPCW).
http://www.hepcw.ac.uk/members/
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £44,000,000
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 framework agreement will include a minimum term of two years with the option to extend for two further 12 month periods at the sole discretion of the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Student Management Systems - Further Education Colleges
Lot No
2
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom: England; Scotland; Wales and NI.
two.2.4) Description of the procurement
Framework for Student Management Systems and Associated Services for Further Education Colleges in Scotland and the wider UK. Potential Services include, but are not limited to:
System Implementation; Migration Support; Support and Maintenance; Hosting; Configuration and development if required by Institutions.
Solutions should have the capability to operate effectively across multi-campus environments.
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 Universities and Colleges (APUC Ltd) and associated members.
http://www.apuc-scot.ac.uk/#!/members
Southern Universities Purchasing Consortium (SUPC);
https://www.supc.ac.uk/about-us/our-members/our-members
London Universities Purchasing Consortium (LUPC);
https://www.lupc.ac.uk/member-list
North Eastern Universities Purchasing Consortium (NEUPC);
https://www.neupc.ac.uk/our-members
North Western Universities Purchasing Consortium (NWUPC);
https://www.nwupc.ac.uk/our-members
Higher Education Purchasing Consortium, Wales (HEPCW).
http://www.hepcw.ac.uk/members
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £6,000,000
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 framework agreement will include a minimum term of two years with the option to extend for two further 12 month periods at the sole discretion of the Authority.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: 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
The European Single Procurement Document (ESPD) Section 4B refers.
Minimum level(s) of standards possibly required
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 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
List and brief description of selection criteria
Section 4C.1.2 of the ESPD requests at least one relevant example of previous experience from suppliers tendering for this framework contract and/or services carried out within the last three years.
Minimum level(s) of standards possibly required
Minimum level(s) of standards required:
For a Pass, Tenderers must have a solution in place within an equivalent environment to the tender Specification.
For a Fail, Tenderers seeking to develop a fully bespoke solution 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.
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: 11
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
20 July 2022
Local time
5:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 July 2022
Local time
5:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 48 months
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 (Appendix A), FOI disclaimer (Appendix B), APUC Supply Chain Code of Conduct. (Appendix D), GDPR Assurance Assessment (Appendix J), Section 1 of the SCM RP Evaluation Tool (Appendix K), which will be available within the ITT.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20963. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The procurement is related to a project and/or programme financed by European Union.
Individual call-off contracts under this Framework Agreement may be financed by European Union funds.
six.4) Procedures for review
six.4.1) Review body
Stirling Sherrif Court
Stirling
Country
United Kingdom