Section one: Contracting authority
one.1) Name and addresses
Forth Valley College
Grangemouth Road
Falkirk
FK2 9AD
Contact
Ester Vasallo
Telephone
+44 1324403000
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00451
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.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
Finance Systems
Reference number
FIN-2025-01
two.1.2) Main CPV code
- 72261000 - Software support services
two.1.3) Type of contract
Services
two.1.4) Short description
Forth Valley College is seeking a Contractor to deliver the upgrade and implementation of a cloud-based financial management system, replacing its current on-premises Infor software. The solution must incorporate Infor SunSystems Cloud as the core financial record system, along with fully integrated software for purchase-to-payment, debtor management, Excel-based reporting and budgeting.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48442000 - Financial systems software package
- 48440000 - Financial analysis and accounting software package
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
two.2.4) Description of the procurement
Forth Valley College is seeking a Contractor to deliver the upgrade and implementation of a cloud-based financial management system (the System). This will replace the current on-premises Infor SunSystems 6.3 software which is being moved by Infor to sustainable maintenance, as well as replacing all of the current bolt-on systems for reporting, budgeting, purchase-to-payment, and debtor management. The solution must incorporate Infor SunSystems Cloud as the core financial record system, along with fully integrated software for purchase-to-payment, debtor management, Excel-based reporting and budgeting.
two.2.5) Award criteria
Quality criterion - Name: System Implementation Services / Weighting: 10
Quality criterion - Name: Compliance with Specification Grid / Weighting: 10
Quality criterion - Name: System Demonstration: Finance System Capabilities / Weighting: 10
Quality criterion - Name: Data Protection and Cyber Security Risks / Weighting: 10
Quality criterion - Name: Maintenance and Support Services / Weighting: 9
Quality criterion - Name: Key Personnel and Customer Relationship Management / Weighting: 7
Quality criterion - Name: System Innovation, Value Add and Future Roadmap / Weighting: 5
Quality criterion - Name: Phase Out & Exit Strategy / Weighting: 3
Quality criterion - Name: Fair Work Practices, and Equality, Diversity and Inclusion / Weighting: 3
Quality criterion - Name: Sustainability and Community Benefits / Weighting: 3
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 January 2026
End date
4 January 2031
This contract is subject to renewal
Yes
Description of renewals
The Purchaser reserves the right to extend the Agreement for a further 2 periods of 12 months subject to satisfactory performance and continued Purchaser requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The College may request consultancy and integration services.
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
It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Agreement as indicated below.
Question 4B.6. The successful Tenderer will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. If you are unable to provide the required accounting information – e.g. a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Agreement.
The College shall assess the financial accounts or banker’s letter submitted. It may seek further clarity if necessary and use all financial information submitted to ensure that the Tenderer has satisfactory economic and financial standing to meet the contract requirements. If analysis of a Tenderer’s financial position determines that additional measures are necessary to provide adequate assurance of the Tenderer’s financial strength to the College that Tenderer may or may not be required to provide additional guarantees. If such additional measures are not suitable or cannot be provided by the Tenderer, then the College reserves the right to disqualify the Tenderer.
Please confirm on the SPD on PCS that you can meet this requirement, and this information shall be provided when requested.
This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise.
Minimum level(s) of standards possibly required
Question 4B.5a Professional Indemnity Insurance – GBP2,000,000 each and every claim.
Question 4B.5b Employer's (Compulsory) Liability Insurance – GBP5,000,000 each and every claim.
Question 4B.5c Product Liability Insurance - GBP2,000,000 each and every claim.
Pass = The Tenderer has the relevant Insurance in place with evidence of an Insurance Certificate or the Tenderer has committed to obtaining the required insurance with evidence of a brokers letter.
Fail = The Tenderer does not have the relevant insurance requirements in place and cannot commit to obtaining the relevant insurance OR the Tenderer has stated they have the relevant insurance in place or can obtain it but is unable to provide evidence to demonstrate this.
Question 4B.6.
Pass = The Tenderer has provided all financial accounts or banker’s letter and/or supporting information requirements as requested by the College and has demonstrated satisfactory economic and financial standing.
Fail = The Tenderer has not provided the required financial accounts or banker’s letter and/or supporting information as requested by the College or has provided the information but has not demonstrated satisfactory economic and financial standing.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Question 4C.1.2
Tenderers are required to provide a minimum of 2 examples in the last 3 years to demonstrate that they have relevant experience.
Please provide examples and references including as a minimum a description of the services, client/ company name, total contract value and dates of delivery.
Minimum level(s) of standards possibly required
Pass = The Tenderer has provided 2 examples that demonstrate relevant experience in the last three years.
Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant.
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-010994
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 September 2025
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
Tender must be valid until: 6 February 2026
four.2.7) Conditions for opening of tenders
Date
26 September 2025
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: August 2032
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
System Demonstrations are mandatory as part of this Invitation to Tender. These will take place during week commencing 27th October 2025.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=802551.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:802551)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=802551
six.4) Procedures for review
six.4.1) Review body
Camelon Sheriff Court
Main St, Camelon
Falkirk
FK1 4AR
Country
United Kingdom