Section one: Contracting authority
one.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
Contact
Chris Daly
Telephone
+44 7928260392
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
National registration number
SC005336
Internet address(es)
Main address
http://www.ed.ac.uk/schools-departments/procurement/supplying
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
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
Timetabling and Exam Software (SaaS)
Reference number
EC0966
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 Edinburgh wishes to implement a new, cloud based timetabling SAAS for both teaching and exams.
two.1.5) Estimated total value
Value excluding VAT: £2,260,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72416000 - Application service providers
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
The University of Edinburgh Central Campus and Easter Bush, BioQuarter and Western General Hospital Campuses.
two.2.4) Description of the procurement
The University wishes to implement a new, cloud based timetabling SAAS for both teaching and exams. The current solution which was procured in 2011 is nearing end of life.
Timetabling systems are critical to the central timetabling and exams service, to enable multiple services for resource booking, as well as scheduling and publication of student timetables for the 35,000 taught students (UG & PGT).
The project will ensure business service continuity for Students and Staff. It will provide scalability in number and variety of teaching activities and number of room bookings across the University. The project will also make it easier to support more flexible timetabling requirements stemming from Curriculum Transformation.
two.2.5) Award criteria
Quality criterion - Name: Functionality / Weighting: 24.50
Quality criterion - Name: Infrastructure / Weighting: 10.5
Quality criterion - Name: Integration / Weighting: 10.5
Quality criterion - Name: Reporting / Weighting: 4.9
Quality criterion - Name: Added Value / Weighting: 9.8
Quality criterion - Name: Data Security / Weighting: 4.9
Quality criterion - Name: Audit / Weighting: 4.9
Cost criterion - Name: Whole life costs including internal implementation costs / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £2,260,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
Yes
Description of renewals
An initial term of 48 months plus optional contract extensions of up to 72 months are envisaged.
two.2.10) Information about variants
Variants will be accepted: Yes
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
Bidders must be able to provide upon request, their 3 most recent sets of annual audited accounts, including profit and loss information, and the following ratios:
- Current Ratio
- Quick Ratio
Minimum level(s) of standards possibly required
Quick Ratio: 1.0 or greater.
Current Ratio: 1.2 or greater.
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
1 August 2022
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
1 August 2022
Local time
2:00pm
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 exercise. The Project code is 20802. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:698259)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
EDINBURGH
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Edinburgh Sheriff Court and Justice of the Peace Court
Sheriff Court House, 27 Chambers Street
EDINBURGH
EH1 1LB
Telephone
+44 1312252525
Country
United Kingdom