Tender

Global Digital Platform - Cloud Hosted

HERIOT-WATT UNIVERSITY

This public procurement record has 1 release in its history.

Tender

21 Apr 2022 at 13:48

Summary of the contracting process

The procurement process involves Heriot-Watt University seeking tenders for the project titled "Global Digital Platform – Cloud Hosted". This project falls under the IT services category and aims to enhance the digital experience for prospective students, alumni, and partners through the university's website estate. The tender is currently in the active stage with a submission deadline set for 27th May 2022. The selected contractor is expected to commence the contract on 1st February 2023, with a potential extension for two additional years based on performance.

This tender presents significant opportunities for businesses specialising in IT services, particularly those offering consulting, software development, and cloud solutions. Companies with a strong track record in delivering digital platforms, web security, and user experience enhancements would be particularly well-suited to compete. The bidders need to demonstrate a minimum annual turnover of £280,000 for the last two years, alongside relevant technical expertise and experience in similar projects, which could position successful participants well within the expanding digital market in the education sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Global Digital Platform - Cloud Hosted

Notice Description

The University is seeking a Contractor to deliver an enhanced digital experience for Prospective Students, Alumni and Partners across the University website estate.

Lot Information

Lot 1

The University is seeking a Contractor to deliver an enhanced digital experience for Prospective Students, Alumni and Partners across the University website estate. Alongside this, offering stable web security via a high-performance Cloud Hosted solution that will offer our Content Management System users and developers a more flexible and user-friendly platform to work with. This will allow the University to modernise and keep pace with ever-changing digital landscape and help to achieve and deliver its strategic objectives of becoming a Globally Connected University. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulations 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The University reserves the right to extend the Agreement for two further 24 months periods, subject to satisfactory performance and continuation of the University's requirements

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-032f2f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010385-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72000000 - IT services: consulting, software development, Internet and support

Notice Value(s)

Tender Value
£190,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
21 Apr 20223 years ago
Submission Deadline
27 May 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
1 Feb 2023 - 31 Jan 2025 2-3 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
HERIOT-WATT UNIVERSITY
Contact Name
Richard Kinghorn
Contact Email
r.g.kinghorn@hw.ac.uk
Contact Phone
+44 1314513704

Buyer Location

Locality
RICCARTON, EDINBURGH
Postcode
EH14 4AP
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
Pentland Hills
Westminster Constituency
Edinburgh South West

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-032f2f-2022-04-21T14:48:40+01:00",
    "date": "2022-04-21T14:48:40+01:00",
    "ocid": "ocds-h6vhtk-032f2f",
    "description": "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. Tenderers will be asked to submit the following forms. These forms are for information only and will not be scored. Form of Tender Bona Fide Tender Freedom of Information Supply Chain Code of Conduct The Successful Tenderer must confirm that they comply with the requirements of the Modern Slavery Act 2015. The Successful Tenderer will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Contractor's economic and financial standing. Where the capability & capacity of a subcontractor, members of a consortia or any other body will be relied on, separate SPD(s) are required from each of those other parties relied on. Where subcontractors are to be used but their capability & capacity are not relied on, the University may choose to request separate SPD(s). The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21153. The ITT code is pqq_5800. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21153. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:690915)",
    "initiationType": "tender",
    "tender": {
        "id": "HWU-UK-2122-078",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Global Digital Platform - Cloud Hosted",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "72000000",
            "description": "IT services: consulting, software development, Internet and support"
        },
        "mainProcurementCategory": "services",
        "description": "The University is seeking a Contractor to deliver an enhanced digital experience for Prospective Students, Alumni and Partners across the University website estate.",
        "value": {
            "amount": 190000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The University is seeking a Contractor to deliver an enhanced digital experience for Prospective Students, Alumni and Partners across the University website estate. Alongside this, offering stable web security via a high-performance Cloud Hosted solution that will offer our Content Management System users and developers a more flexible and user-friendly platform to work with. This will allow the University to modernise and keep pace with ever-changing digital landscape and help to achieve and deliver its strategic objectives of becoming a Globally Connected University. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulations 58 of the Public Contracts (Scotland) Regulations 2015.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Commercial",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2023-02-01T00:00:00Z",
                    "endDate": "2025-01-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The University reserves the right to extend the Agreement for two further 24 months periods, subject to satisfactory performance and continuation of the University's requirements"
                },
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "ESPD Section 4.C: Technical and Professional Ability Question Scoring Methodology: 100 - Value Add - The Tenderer has provided a strong methodology addressing all the key points requested and has also provided detail of relevant value add that they can provide. 75 - Good - The Tenderer response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provide details on how the requirements will be fulfilled. 50 - Acceptable - The Tenderer has provided an acceptable methodology addressing most of the key points listed above in detail OR the Tenderer has provided all the key points listed above but lacks detail in answering the question fully. The response provides confidence that the requirements can be met. 25 - Minor Concerns - The Tenderer has provided a methodology addressing some of the key points listed above in detail OR the Tenderer has provided most of the key points listed above but lacks detail. The response provided does not provide confidence fully that the requirements can be met. 0 - Major Concerns - The Tenderer has failed to address the question, submitted a nil response or any element of the response gives cause for major concern"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "deliveryLocation": {
                    "description": "Heriot-Watt University Riccarton Campus Edinburgh EH14 4AS"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum \"general\" yearly turnover of the amount listed below, for the last 2 years. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. The Successful Contractor will be required to provide two years audited accounts, or equivalent prior to awarded to the Contract, or confirm in their tender submission the publicly accessible, free, online location of accounts if available in such a format. There must be no qualification or contra-indication from any evidence provided in support of the Contractor's economic and financial standing. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the types and levels of insurance listed below. Bidders also must confirm they can provide the following supporting evidence at point of award",
                    "minimum": "Turnover Requirements Bidders will be required to have a minimum \"general\" yearly turnover of 280,000 GBP for the last 2 years. Insurance Requirements It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any contract, the following types and levels of insurance: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Product Liability Insurance = 5,000,000 GBP Public Liability Insurance = 1,000,000 GBP",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please refer to these statements when completing Section 4C of the SPD. 4C.1.2. Bidders will be required to provide relevant examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the service as described in part II.2.4 of the Contract Notice. Examples should include the following: - Project name - Project value - Project description - Personnel involved - Project Successes/Problems - Client Referee Three relevant examples are requested to be submitted. Each example must not exceed 800 words and two A4 pages. As stated above in '2. Selection Stage Evaluation Criteria & Guidance', each example will be assessed with a weighting of 25% per example provided. 4C.2 Bidders will be required to confirm details of the technicians or technical bodies such as ISO or equivalent who they can call upon, especially those responsible for quality control. Please provide examples such as the following: - Cyber Essentials or Cyber Essentials Plus - ISO 27001 - Information Security Management - ISO 27017 - Code of practice for information security controls - ISO 27018 - Code of practice for protection of personally identifiable information (PII) in public clouds acting as PII processors - UK Government 14 Cloud Security Principles Please state the relevance of any such educational and professional qualifications. Response must not exceed 800 words and two A4 pages As stated above in '2. Selection Stage Evaluation Criteria & Guidance', response will be assessed with a weighting of 25%",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-05-27T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2022-06-13T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-4010",
            "name": "Heriot-Watt University",
            "identifier": {
                "legalName": "Heriot-Watt University"
            },
            "address": {
                "streetAddress": "Moyen House, Research Park North, Heriot-Watt University",
                "locality": "Riccarton, Edinburgh",
                "region": "UKM75",
                "postalCode": "EH14 4AP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Richard Kinghorn",
                "telephone": "+44 1314513704",
                "email": "R.G.Kinghorn@hw.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://hw.ac.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00307",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-595",
            "name": "Edinburgh Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-4010",
        "name": "Heriot-Watt University"
    },
    "language": "en"
}