Section one: Contracting authority
one.1) Name and addresses
UHI Executive Office
UHI House, Old Perth Road
Inverness
IV2 3JH
Telephone
+44 1463279000
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00101
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
Provision of an Ethics System
Reference number
CS-UHI-18917
two.1.2) Main CPV code
- 72268000 - Software supply services
two.1.3) Type of contract
Services
two.1.4) Short description
The University of the Highlands and Islands (UHI) has a requirement for the Provision of an Ethics System. It should be noted that this contract is being tendered by the University of the Highlands and Islands, on behalf of all UHI Academic Partners.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 72261000 - Software support services
- 72262000 - Software development services
- 72263000 - Software implementation services
- 72266000 - Software consultancy services
- 72267000 - Software maintenance and repair services
two.2.3) Place of performance
NUTS codes
- UKM6 - Highlands and Islands
two.2.4) Description of the procurement
The University of the Highlands and Islands (UHI) has a requirement for the Provision of an Ethics System. It should be noted that this contract is being tendered by the University of the Highlands and Islands, on behalf of all UHI Academic Partners.
Additional detail regarding this requirement is contained within the Invitation to Tender document and associated Appendices.
two.2.5) Award criteria
Quality criterion - Name: Proposed Solution - Workflow / Weighting: 7.5%
Quality criterion - Name: Proposed Solution - Applications / Weighting: 7.5%
Quality criterion - Name: Proposed Solution - Reporting / Weighting: 7.5%
Quality criterion - Name: Proposed Solution – Additional Requirements / Weighting: 7.5%
Quality criterion - Name: Implementation Plan / Weighting: 5%
Quality criterion - Name: Phase-Out Plan and Exit Strategy / Weighting: 5%
Quality criterion - Name: Key Personnel / Weighting: 10%
Quality criterion - Name: Support Services / Weighting: 10%
Quality criterion - Name: Added Value Services / Weighting: 5%
Quality criterion - Name: Roadmap Innovation and Customer Leverage / Weighting: 5%
Quality criterion - Name: Fair Work Practices / Weighting: 5%
Cost criterion - Name: Standard Costing / Weighting: 20%
Cost criterion - Name: Scalability Costing / Weighting: 5%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
Yes
Description of renewals
The initial contract duration shall be five (5) years, from the date of Commencement of Contract. The University reserves the right to extend the contract for two (2) x twelve (12) month periods, subject to satisfactory performance and continued University requirement.
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.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Insurance
Bidders must confirm they can provide the following supporting evidence prior to award:
- Employer's (Compulsory) Liability Insurance = 5 000 000 GBP or as required by statute
- Product Liability Insurance = 5 000 000 GBP
- Public Liability Insurance = 5 000 000 GBP
- Professional Indemnity Insurance = 2 000 000 GBP
Accounts
The following evidence will be requested with tender submissions in order to conduct analysis of organisation’s financial standing.
- Contractors are required to submit 2 years audited accounts including profit and loss statements, or equivalent before the tender submission deadline.
Alternatively, 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 Contract.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per specification of requirements, the SPD and all tender documentation.
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
13 October 2025
Local time
9:00am
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
13 October 2025
Local time
9:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Please note that the timing for a future contract notice with regard to this requirement cannot be determined at this point in time. The earliest for which a contract notice would be published would be that of August 2029.
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
Summary of Documentation to be submitted as part of Tender Submission
- Appendix A – Form of Tender
- Appendix B – Freedom of Information
- Appendix D – Supply Chain Code of Conduct
- Appendix E – Commercial Questionnaire
- Appendix F – Technical Questionnaire
- Appendix G – UK GDPR Data Processor Assurance Assessment
- Appendix I – Conflict of Interest
- Appendix J – Compliance Risk Assessment
- Appendix K – Declaration of Non-Involvement in Serious Organised Crime
- Appendix L – Declaration of Non-Involvement in Human Trafficking
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.
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=807731.
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:807731)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=807731
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV1 1AH
Country
United Kingdom