Tender

PROVISION OF A GLOBAL OUTBOUND PAYMENT SOLUTION INCLUSIVE OF THE DESIGN, TESTING, HOSTING AND MANAGEMENT OF SERVICES

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2024/S 000-032658

Procurement identifier (OCID): ocds-h6vhtk-04a7b0

Published 10 October 2024, 3:27pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

McCance Building, 16 Richmond Street

Glasgow

G1 1QE

Contact

Laura Shaw

Email

laura.shaw@strath.ac.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

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

PROVISION OF A GLOBAL OUTBOUND PAYMENT SOLUTION INCLUSIVE OF THE DESIGN, TESTING, HOSTING AND MANAGEMENT OF SERVICES

Reference number

UOS-28834-2024

two.1.2) Main CPV code

  • 66110000 - Banking services

two.1.3) Type of contract

Services

two.1.4) Short description

University of Strathclyde requires an automated payment mechanism capable of integrating with Unit4 Business World On to make global outbound payments to multiple countries in multiple currencies

two.1.5) Estimated total value

Value excluding VAT: £700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 66115000 - International payment transfer services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

University of Strathclyde seeks a supplier to provide a Global Outbound Payment Solution. The supplier is required to provide a comprehensive global outbound payment solution capable of integrating with Unit4 Business World On to University of Strathclyde to facilitate the transfer and accounting for all payments to our global suppliers including sundry suppliers. Currently approximately 2800 GBP and currency transactions equating to approximately 10 million are incurred annually across around 45 different currencies. The solution offered will have the ability to integrate and take data feed from Unit4 Business World On.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £700,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The contracting authority exercises the right to extend this contract by two periods of up to 12-months. The extension will be utilised at the sole discretion of the contracting authority.

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The supplier must be accredited with Cyber Essentials (+) OR ISO27001

The supplier will be Financial Conduct Authority (FCA)regulated

three.1.2) Economic and financial standing

List and brief description of selection criteria

List and brief description of selection criteria:

4B1.2

4B.5.1 – 4B.5.3

Minimum level(s) of standards possibly required

4B1.2 Bidders are required to have an average yearly turnover of a minimum of 140,000.00 GBP for the last 2 years.

4B.5.1 – 4B.5.3 It is a requirement of this contract that bidder holds employer’s liability insurance and public liability insurance in the sum of not less than 10,000,000 GBP in respect of any one incident and unlimited as to numbers of claims, and adequate insurances covering all the Contractor’s other liabilities in terms of the Contract.

The Contractor shall maintain in force with reputable insurers professional liability insurance in the sum of not less than 2,000,000 GBP in respect of any one incident and unlimited as to numbers of claims.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2

Minimum level(s) of standards possibly required

4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in par II.2.4 of the Contract Notice or the relevant section of the Site Notice.

Please provide three (3) examples of experience of supply and delivery of the offered solution as detailed within the specification over the last three (3) years.

This will be scored as detailed in the Invitation to Tender document.


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

11 November 2024

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 November 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: contract is up for renewal three years after start date. However the contract has two options of up to 12 month extensions to the latest renewal may be 5 years from start date.

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 27680. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Please see ITT for information on Community Benefits.

(SC Ref:780263)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

Glasgow

Country

United Kingdom