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.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.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £87,500
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.2.11) 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 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 000-053367
Section five. Award of contract
Contract No
CS-UHI-18917
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 December 2025
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Infonetica Ltd
The Civic Centre
Esher
KT10 9SD
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £87,500
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Value or proportion likely to be subcontracted to third parties
Proportion: 10 %
Section six. Complementary information
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.
(SC Ref:819220)
six.4) Procedures for review
six.4.1) Review body
Inverness Sheriff and Justice of the Peace Court
Inverness
IV1 1AH
Country
United Kingdom