Section one: Contracting authority
one.1) Name and addresses
APUC LIMITED
Unit 27,Stirling Business Centre, Wellgreen
STIRLING
FK82DZ
Contact
Alice Ng
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 Accommodation, Conference/Event, Delivered Catering & Hotel Management System(s) & Associated Services
Reference number
ITS1051 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
The Authority is seeking Contractor(s) for a Student Accommodation, Conference/Event, Catering & Hotel Management System(s) and
Associated Services Framework Agreement. The Agreement will be open to the members of Advanced Procurement for Universities and
Colleges (APUC Limited) and other UK procurement consortia as listed below:
London Universities Purchasing Consortium and its members (LUPC)
North Western Universities Purchasing Consortium and its members (NWUPC)
North Eastern Universities Purchasing Consortium and its members (NEUPC)
Higher Education Purchasing Consortium Wales and its members HEPCW
Southern Universities Purchasing Consortium its members (SUPC)
two.1.5) Estimated total value
Value excluding VAT: £40,000,000
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
Lot 1 - Student Accommodation Management Systems
Lot No
1
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72261000 - Software support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of Lot 1 is the supply and delivery of Student Accommodation Management Systems for Universities and Colleges in Scotland and the wider UK, as detailed in Appendix E - List of Institutions.
Potential Services include, but are not limited to: system implementation, migration support, support and maintenance, hosting, configuration and development if required by Institutions.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
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 period of up to 24 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.2.14) 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
Lot 2 - Conference / Event Management Systems
Lot No
2
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72261000 - Software support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of Lot 2 is the delivery of Conference / Event Management Systems for Universities and Colleges in Scotland and the wider UK, as detailed in Appendix E - List of Institutions.
Potential Services include, but are not limited to: system implementation; migration support; support and maintenance; hosting; configuration and development if required by Institutions.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
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 period of up to 24 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.2.14) 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
Lot 3 - Delivered Catering Management Systems
Lot No
3
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72261000 - Software support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of Lot 3 is the delivery of Delivered Catering Management Systems for Universities and Colleges in Scotland and the wider UK,
as detailed in Appendix E - List of Institutions.
Potential Services include, but are not limited to: system implementation; migration support; support and maintenance; hosting; configuration and development if required by Institutions.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
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 period of up to 24 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.2.14) 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
Lot 4 - Hotel Management Systems
Lot No
4
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72261000 - Software support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of Lot 4 is the supply and delivery of Hotel Management Systems for Universities and Colleges in Scotland and the wider UK,
as detailed in Appendix E - List of Institutions.
Potential Services include, but are not limited to: system implementation; migration support; support and maintenance; hosting; configuration and development if required by Institutions.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
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 period of up to 24 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.2.14) 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
Lot 5 - Multi-Functional System
Lot No
5
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72261000 - Software support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The scope of Lot 5 is the supply and delivery of a Multi-Functional System which includes Student Management system, Conference/Event Management system, Delivered Catering system and Hotel Management System functionalities for Universities and Colleges in Scotland and the wider UK, as detailed in Appendix E - List of Institutions.
Potential Services include, but are not limited to: system implementation; migration support; support and maintenance; hosting; configuration and development if required by Institutions.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Price - Weighting: 30
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 period of up to 24 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.2.14) 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
Tenderers must confirm they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP
Product Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
Cyber insurance or equivalent
To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or equivalent if awarded the Framework Agreement.
Alternatively, if the Contractor is unable to provide the required accounting information, eg. a new business without the required accounts, then they will be required to provide a bankers letter demonstrating their willingness to support the Contractors organisation over the term of the Framework Agreement.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
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
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 by the Authority. 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: 25
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
15 August 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
15 August 2022
Local time
1:00pm
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.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Form of Tender
Tenderers must sign the Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.
Sustain Supply Chain Code of Conduct
In partnership with Institutions, the Authority has developed a Sustain Supply Chain Code of Conduct- Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Sustain Supply Chain Code of Conduct prior to award to assist in achieving its objectives.
Freedom of Information
Please confirm that you will be in a position to complete, prior to award, Appendix B - Freedom of Information (if applicable) in the
Technical Questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.
GDPR Contractor Assessment Form
General Data Protection Regulations have been deemed relevant to this Framework Agreement. The Tenderer must sign complete and sign Appendix J - GDPR Contractor Assessment Form prior to award to be appointed to the Framework Agreement.
SCM RP Section 1
Please complete Appendix K - SCM RP Section 1 in the Technical Questionnaire in PCS-Tender. Tenderers must complete the SCM RP Section 1. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms.
Cyber Security Procurement Support Tool (CSPST) - Supplier Assurance Questionnaire (SAQ) or Cyber Implementation Plan (CIP)
Tenderers must demonstrate the extent to which they meet the Authority's requirements in respect of Cyber Security for this Framework Agreement by completing the relevant Supplier Assurance Questionnaire (SAQ) using the Cyber Security Procurement Support Tool (CSPST). Tenderers shall confirm they will complete the SAQ in the Technical Questionnaire in PCS-Tender and upload Appendix L - Cyber Implementation Plan (CIP) if applicable.
six.4) Procedures for review
six.4.1) Review body
Sheriff Court House
Viewfield Place
Stirling
FK8 1NH
Country
United Kingdom