Tender

Student Accommodation Room Management System

UNIVERSITY OF SOUTHAMPTON

This public procurement record has 1 release in its history.

Tender

19 Jan 2026 at 14:11

Summary of the contracting process

The University of Southampton, located in Southampton, United Kingdom, has initiated an open procurement process seeking a cloud-hosted Student Accommodation Room Management System. The tender, valued at approximately GBP 648,000, falls under the "Software package and information systems" industry category. Key dates include the tender submission deadline on 23rd February 2026 and the anticipated start of the contract on 17th April 2026. The procurement process, currently in the tender stage, aims for completion by November 2026, including full implementation and migration. The process is conducted through the In-Tend E-Tendering Portal, following an open procedure, and encourages transparency and competitive participation.

This tender presents significant business growth opportunities, particularly for companies specialising in software development, cloud solutions, and student management systems. Small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) may find this opportunity well-suited to their capabilities. The project demands technological and commercial prowess in areas such as system functionality, integration, and data security, and it seeks partners with the ability to deliver innovative, user-friendly solutions enhancing the student experience. Successful bidders will have the potential for a long-term contract, with extensions possible up to 2031, contingent on satisfactory performance.

How relevant is this notice?

Notice Information

Notice Title

Student Accommodation Room Management System

Notice Description

The University of Southampton's Residences team are looking to procure a cloud hosted, user friendly, future-facing student accommodation management system. The system will actively support enabling modern flexible integration options, resulting in an improved student experience. The primary object of the system will be to manage end to end, pre and post arrival transactions and data relating to student residential services. The student accommodation management system must be cloud hosted. Completion of migration to a new cloud hosted solution must complete no later than November 2026. For the purposes of this procurement, completion of migration is defined as: * Full implementation of the new cloud-hosted system; * Completion of all acceptance testing with outcomes approved by the University; * Completion of all data migration activities, with all data successfully transferred, validated and operational within the new system before 'go live'; * The system is fully in place, live and ready for use with no dependency on the legacy solution. PLEASE NOTE: The University of Southampton is not a 'body governed by public law' and is therefore not considered a contracting authority for the purposes of the Public Contracts Regulations 2015 (PCR 2015), the Procurement Act 2023 (PA 2023) or the Procurement Regulations 2024 and/or any replacement legislation. This procurement process is not regulated by UK (or EU) public procurement law. For the purposes of this advertisement; "Regulations": means the Public Contracts Regulations 2015 (PCR 2015), the Procurement Act 2023 (PA 2023) or the Procurement Regulations 2024. Where the University advertises contracts, through any public sector tender portal, it does so on a voluntary basis by way of transparency and to encourage open competition, but it is not required to comply with the procurement legislation and this does not bind the University to publish additional notices in the future. For the purpose of procuring this Project, the University is acting in accordance with its internal financial regulations and the procedure detailed in the tender documents. Nothing which is done during the procurement process (including the publication of the contract notice, use of the SQ and use of terminology which may be defined by the Regulations) should be taken to imply that the University is voluntarily complying with the Regulations or intends to do so. Some of the stages, documentation and terminology adopted in the University's procurement process may have similarities to ones regulated by and defined under the Regulations, but they will not be regulated by the Regulations during this process and should not be taken as references to those things as defined by the Regulations. Interested parties are invited to express their interest and submit their proposals in accordance with the instructions provided in the tender documentation. The University aims to ensure a fair, transparent, and competitive procurement process to select the most suitable partner for this significant project.

Lot Information

Lot 1

Renewal: The University proposes to enter into a Contract for five years and six months. This will be the maximum contract period, including any potential extensions with the successful tenderer(s). This will comprise of a six month implementation period followed by an initial contract period of two years. There will then be the option to extend the contract by an optional two-year extension period, and subsequently a further optional one-year extension period, subject to satisfactory performance and at the discretion of the University. The breakdown of the initial contract term and extension periods has been detailed below. Initial term (inclusive of implementation): 17/04/2026 - 16/10/2028 Extension period 1: 17/10/2028 - 16/10/2030 Extension period 2: 17/10/2030 - 16/10/2031

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0608ce
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/004381-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems

50 - Repair and maintenance services


CPV Codes

48000000 - Software package and information systems

50324100 - System maintenance services

Notice Value(s)

Tender Value
£540,000 £500K-£1M
Lots Value
£540,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
19 Jan 2026Today
Submission Deadline
23 Feb 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
16 Apr 2026 - 16 Oct 2028 2-3 years
Recurrence
2030-10-16

Notice Status

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

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF SOUTHAMPTON
Contact Name
Hannah Nash
Contact Email
procurement@soton.ac.uk
Contact Phone
+442380595000

Buyer Location

Locality
SOUTHAMPTON
Postcode
SO17 1BJ
Post Town
Southampton
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ3 Hampshire and Isle of Wight
Small Region (ITL 3)
TLJ32 Southampton
Delivery Location
TLJ South East (England)

Local Authority
Southampton
Electoral Ward
Portswood
Westminster Constituency
Southampton Test

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-0608ce-2026-01-19T14:11:48Z",
    "date": "2026-01-19T14:11:48Z",
    "ocid": "ocds-h6vhtk-0608ce",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-UKPRN-10007158",
            "name": "University of Southampton",
            "identifier": {
                "scheme": "GB-UKPRN",
                "id": "10007158"
            },
            "additionalIdentifiers": [
                {
                    "scheme": "GB-PPON",
                    "id": "PLJL-3977-CCGG"
                }
            ],
            "address": {
                "streetAddress": "University Road, Highfield",
                "locality": "Southampton",
                "postalCode": "SO17 1BJ",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKJ32"
            },
            "contactPoint": {
                "name": "Hannah Nash",
                "email": "procurement@soton.ac.uk",
                "telephone": "+442380595000"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.southampton.ac.uk/",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-UKPRN-10007158",
        "name": "University of Southampton"
    },
    "tender": {
        "id": "2025UoS-1520",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Student Accommodation Room Management System",
        "description": "The University of Southampton's Residences team are looking to procure a cloud hosted, user friendly, future-facing student accommodation management system. The system will actively support enabling modern flexible integration options, resulting in an improved student experience. The primary object of the system will be to manage end to end, pre and post arrival transactions and data relating to student residential services. The student accommodation management system must be cloud hosted. Completion of migration to a new cloud hosted solution must complete no later than November 2026. For the purposes of this procurement, completion of migration is defined as: * Full implementation of the new cloud-hosted system; * Completion of all acceptance testing with outcomes approved by the University; * Completion of all data migration activities, with all data successfully transferred, validated and operational within the new system before 'go live'; * The system is fully in place, live and ready for use with no dependency on the legacy solution. PLEASE NOTE: The University of Southampton is not a 'body governed by public law' and is therefore not considered a contracting authority for the purposes of the Public Contracts Regulations 2015 (PCR 2015), the Procurement Act 2023 (PA 2023) or the Procurement Regulations 2024 and/or any replacement legislation. This procurement process is not regulated by UK (or EU) public procurement law. For the purposes of this advertisement; \"Regulations\": means the Public Contracts Regulations 2015 (PCR 2015), the Procurement Act 2023 (PA 2023) or the Procurement Regulations 2024. Where the University advertises contracts, through any public sector tender portal, it does so on a voluntary basis by way of transparency and to encourage open competition, but it is not required to comply with the procurement legislation and this does not bind the University to publish additional notices in the future. For the purpose of procuring this Project, the University is acting in accordance with its internal financial regulations and the procedure detailed in the tender documents. Nothing which is done during the procurement process (including the publication of the contract notice, use of the SQ and use of terminology which may be defined by the Regulations) should be taken to imply that the University is voluntarily complying with the Regulations or intends to do so. Some of the stages, documentation and terminology adopted in the University's procurement process may have similarities to ones regulated by and defined under the Regulations, but they will not be regulated by the Regulations during this process and should not be taken as references to those things as defined by the Regulations. Interested parties are invited to express their interest and submit their proposals in accordance with the instructions provided in the tender documentation. The University aims to ensure a fair, transparent, and competitive procurement process to select the most suitable partner for this significant project.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50324100",
                        "description": "System maintenance services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKJ",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 648000,
            "amount": 540000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "submissionMethodDetails": "E-Tendering Portal: The University is utilising an electronic tendering tool, In-Tend (https://intendhost.co.uk/ universityofsouthampton) to manage this procurement and to communicate with potential tenderers. All documentation in relation to this tender can be downloaded from In-Tend. Potential tenderers are advised that there will be no hard copy documents issued and all communications with the University, including the submission of Invitation to Tender responses, will be conducted via In-Tend. Regular monitoring of the portal is the responsibility of the potential tenderer. If you are not already registered as a supplier with the University of Southampton, you will need to register in In-Tend in order to access the procurement documentation. Once you have logged in as a supplier: click on 'Tenders'; locate the relevant project; and click 'View Details'. Once you are in the project screen, you will be able to register your organisation against the project and access all documentation by clicking 'Express Interest'. Potential tenderers are advised that formal expressions of interest in the project must be by way of completion and return of the relevant documents via In-Tend. Further instructions for the submission of responses are below: To submit your return: 1. Log in 2. Click 'Tenders' 3. Locate the relevant project 4. View details 5. Click on the tab relating to the relevant project stage (e.g. 'Invitation to Tender') 6. Click on the 'Attach Documents' button and upload your return. 7. Check ALL your response documents are uploaded and displayed in the 'My Tender Return' panel. The system will only permit your organisation to make one return. 8. Click the red 'Submit Return' button. Please note, to preserve the integrity of the procurement, all communications with the University must be made via the correspondence function within In-Tend. The University may publish details of its contract(s), including the contract values and the identities of its suppliers on its website without consulting the provider of that information. By submitting a response, potential tenderers are consenting to publication of this information unless otherwise agreed in advance with the University. Costs and Expenses: Potential tenderers are solely responsible for their costs and expenses incurred in connection with the preparation and submission of responses and participation in this and all future stages of this procurement. Under no circumstances will the University be liable for any costs or expenses borne by potential tenderers or any of their supply chain, partners or advisers in this procurement process. The University is not liable for any costs in the event of the cancellation of this procurement process.",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-02-23T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-02T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-31T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "1",
                "status": "active",
                "value": {
                    "amountGross": 648000,
                    "amount": 540000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Non-Functional Requirements (Highly Desirable)",
                            "description": "Where the University's requirement is not mandatory but would enhance the service solution's capability and user experience to a high degree, the weighting of \"highly desirable\" has been utilised. Where it is confirmed that the proposed solution can meet the requirement, and a suitable supporting response has been provided, a score of 1 will be given. If the proposed solution cannot meet the requirement, or an unsuitable supporting response has been provided, a score of 0 will be given. 1 point will be allocated for requirements achieving the following: * The requirement is confirmed as currently met. * The response provides sufficient detail to demonstrate compliance. 0 points will be allocated for requirements achieving the following: * The requirement is not met, or * The response is inadequate, unclear, or missing, or * Lack of evidence or vague statements that do not demonstrate how the requirement is fulfilled. The points awarded will be added to give an overall section score . Weighted scores will be rounded to two decimal places. The overall section score will be calculated based on the following formula: Section Score = ((Tenderer's Score / Maximum Score) x Section Weighting) Full details on the highly desirable non-functional requirements criteria as well as weightings can be found within the tender documentation.",
                            "numbers": [
                                {
                                    "number": 5,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Technical Requirements",
                            "description": "The functional requirements have been split into ten categories below: 1. System Functionality and Core Features 2. Student Experience and Self-Service Capabilities 3. Integration 4. Room and Contract Configuration 5. Reporting and Analytics 6. Cloud Hosting and Security 7. Mobilising and Migration Support 8. Helpdesk and customer service provision 9. Contract Management 10. Responsible Procurement Full details on the criteria within each category as well as weightings can be found within the tender documentation.",
                            "numbers": [
                                {
                                    "number": 65,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "cost",
                            "name": "Commercial Requirements",
                            "description": "The commercials will form 30% of the award criteria. The evaluation of commercial responses (i.e. pricing) will be determined by a mathematical formula on the following basis: The Tenderer who delivers the lowest overall cost in response to the Commercial Requirements Workbook (File 8), noted as \"The Grand Total\", will earn the maximum available percentage score (equivalent to the Commercial Response weighting stated at 2.3.1 above). Scores will then be allocated to the remaining Tenderer's costs based as a percentage of the lowest price. Weighted scores will be rounded to two decimal places. This process can be expressed as the formula below: Price Score = ((Lowest Tendered Cost / Cost to be Scored) x Section Weighting) Full details on the commercial response evaluation and weightings can found found in the tender documentation.",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "To support the financial assessment, the University will obtain a Business Risk Report for all Tenderers, and every organisation that is being relied on to meet this procurement, using an independent company called CreditSafe. The University reserves the right to exclude a Tenderer or request provision of further assurances such as parent company/bank guarantee or performance bonds where a Tenderer's Business Risk Score is: \"Moderate Risk\"; \"High Risk\"; \"Very High Risk\"; or \"Not Rated\", based on the rating provided by CreditSafe. Where a Business Risk Score from our external system is not available, then an alternative method of assessing financial standing will be used. This method is detailed within the Invitation to Tender document set. Tenderers are advised that a requirement of this procurement is to have in place, or commit to obtain prior to the commencement of the contract, the following minimum insurance levels: Public Liability - PS5 million Employers' Liability - PS5 million Professional Indemnity - PS2.5 million Cyber Insurance - PS2.5 million Full details of the selection criteria can be found in the tender documents."
                        },
                        {
                            "type": "technical",
                            "description": "The selection criteria is as stated in the tender documents. Tenderers attention is drawn to the MANDATORY requirements of the award criteria: - Grounds for mandatory exclusion - File 6 sections 2 & 3 - Grounds for discretionary exclusion - File 6 section 4 - Economic & Financial Standing - File 6 section 5 - Insurance - File 6 section 7.1 - Data Protection - File 6 section 7.2 - Health & Safety - File 6 section 7.3 - Prompt Payments - File 6 section 7.4 - University's use of the Selection Questionnaire - File 6 section 7.5 - Compliance with the Conditions of Contract - File 6 section 8.1 - Functional Requirements (Mandatory) - File 7 section 1 - Non-Functional Requirements (Mandatory) - File 7 section 3 Full details of the selection criteria can be found in the tender documents."
                        }
                    ]
                },
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-17T00:00:00+01:00",
                    "endDate": "2028-10-16T23:59:59+01:00",
                    "maxExtentDate": "2031-10-16T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The University proposes to enter into a Contract for five years and six months. This will be the maximum contract period, including any potential extensions with the successful tenderer(s). This will comprise of a six month implementation period followed by an initial contract period of two years. There will then be the option to extend the contract by an optional two-year extension period, and subsequently a further optional one-year extension period, subject to satisfactory performance and at the discretion of the University. The breakdown of the initial contract term and extension periods has been detailed below. Initial term (inclusive of implementation): 17/04/2026 - 16/10/2028 Extension period 1: 17/10/2028 - 16/10/2030 Extension period 2: 17/10/2030 - 16/10/2031"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://in-tendhost.co.uk/universityofsouthampton/aspx/Home"
            },
            {
                "id": "004381-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/004381-2026",
                "datePublished": "2026-01-19T14:11:48Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2030-10-16T23:59:59+01:00"
                }
            ]
        }
    },
    "language": "en"
}