Award

IT Service Management System

HERIOT WATT UNIVERSITY

This public procurement record has 2 releases in its history.

Summary of the contracting process

The procurement process involves Heriot Watt University seeking an IT Service Management System to enhance their issue, incident, and enquiry handling capabilities. The tender, identified as HWU/1805, is currently at the Tender stage, with a deadline for submissions set on 10 August 2018. The project is classified under the services category within the education industry, and the location for delivery is in Riccarton, Edinburgh. This procurement exercise follows an open procedure, allowing a broad range of suppliers to participate.

This contract presents significant opportunities for businesses, particularly those specialising in IT services or management system solutions, to expand their portfolio within higher education. Suppliers with experience in developing IT service management systems, particularly those with a strong value-add proposition and robust technical methodologies, would be well-positioned to compete. Additionally, SMEs with the capacity to meet the selection criteria, such as holding appropriate insurance and demonstrating a minimum annual turnover, stand to benefit considerably from engaging in this procurement opportunity.

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

IT Service Management System

Notice Description

1.1 Heriot Watt University require a new IT Service Management System to provide an issue, incident and enquiry system for the global Information Services Directorate and for Professional Services across the University

Lot Information

Lot 1

Heriot Watt University require a new IT Service Management System to provide an issue, incident and enquiry system for the global Information Services Directorate and for Professional Services across the University

Renewal: The University reserves the right to extend the Agreement for a further two years subject to satisfactory performance and continuation of the University's requirements

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000549132
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341841
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

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

Notice Dates

Publication Date
14 Jan 20197 years ago
Submission Deadline
10 Aug 2018Expired
Future Notice Date
Not specified
Award Date
14 Jan 20197 years ago
Contract Period
31 Aug 2018 - 31 Aug 2021 3-4 years
Recurrence
Not specified

Notice Status

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

TOPDESK

Further Information

Notice Documents

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-r6ebe6-0000549132-2019-01-14T00:00:00Z",
    "date": "2019-01-14T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000549132",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-109",
            "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"
            },
            "contactPoint": {
                "name": "Richard Kinghorn",
                "email": "R.G.Kinghorn@hw.ac.uk",
                "telephone": "+44 1314513704",
                "faxNumber": "+44 1314513119",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk."
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://hw.ac.uk"
            }
        },
        {
            "id": "org-241",
            "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"
            },
            "contactPoint": {
                "name": "Richard Kinghorn",
                "email": "R.G.Kinghorn@hw.ac.uk",
                "telephone": "+44 1314513704",
                "faxNumber": "+44 1314513119",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://hw.ac.uk"
            }
        },
        {
            "id": "org-242",
            "name": "TOPdesk UK Limited",
            "identifier": {
                "legalName": "TOPdesk UK Limited"
            },
            "address": {
                "streetAddress": "5 Elstree Gate, Elstree Way, Borehamwood,",
                "locality": "Hertfordshire",
                "region": "UKM75",
                "postalCode": "WD6 1JD"
            },
            "contactPoint": {
                "telephone": "+44 02078034200"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Heriot Watt University",
        "id": "org-241"
    },
    "tender": {
        "id": "HWU/1805",
        "title": "IT Service Management System",
        "description": "1.1 Heriot Watt University require a new IT Service Management System to provide an issue, incident and enquiry system for the global Information Services Directorate and for Professional Services across the University",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 100000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk.",
        "tenderPeriod": {
            "endDate": "2018-08-10T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-08-10T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL324106",
                "documentType": "contractNotice",
                "title": "IT Service Management System",
                "description": "1.1 Heriot Watt University require a new IT Service Management System to provide an issue, incident and enquiry system for the global Information Services Directorate and for Professional Services across the University",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL324106",
                "format": "text/html"
            },
            {
                "id": "JAN341841",
                "documentType": "awardNotice",
                "title": "IT Service Management System",
                "description": "1.1 Heriot Watt University require a new IT Service Management System to provide an issue, incident and enquiry system for the global Information Services Directorate and for Professional Services across the University",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341841",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Heriot Watt University require a new IT Service Management System to provide an issue, incident and enquiry system for the global Information Services Directorate and for Professional Services across the University",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2018-08-31T00:00:00Z",
                    "endDate": "2021-08-31T00:00:00Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The University reserves the right to extend the Agreement for a further two years subject to satisfactory performance and continuation of the University's requirements"
                }
            }
        ],
        "bidOpening": {
            "date": "2018-08-10T12:00:00Z",
            "address": {
                "streetAddress": "University's Edinburgh Campus"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum \"general\" yearly turnover of 200,000 GBP for the last 3 years Please refer to Part IV Selection Criteria: Question 4B.1.1 of the ESPD 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. Employer's (Compulsory) Liability Insurance = 5M GBP Professional Indemnity Insurance = 5M GBP Product Liability Insurance = 5M GBP Public Liability Insurance = 5M GBP Please refer to Part IV Selection Criteria: Question 4B.5.1 of the ESPD Bidders are not required to produce supporting documentary evidence at the time of submitting the ESPD (Scotland)/bid submission."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "72000000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "(i) 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. (ii) ESPD will be scored on pass/fail basis. (iii) The ratio for this procurement exercise is Technical 65% and Commercial 35%. Detail on this award criteria can be found in Section 3 of the ITT. (iv) 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. (v) Tenderers will be asked to complete the following forms in the Technical Questionnaire in PCS-Tender: Form of Tender, Bona Fide of Tender, Freedom of Information, Supply Chain Code of Conduct, Please note that these forms are for information only and will not be scored. (vi) The successful Contractor must confirm they comply with Modern Slavery Act 2015. (vii) Where the capability & capacity of a subcontractor, members of a consortia or any other body will be relied on to meet the selection criteria, separate ESPD are required from each of those other parties relied on. Where subcontractors are to be used but their capability & capacity are not relied on, University may choose to request separate ESPD (viii) Bidders are not required to produce supporting documentary evidence at the time of submitting the ESPD. However, where it is necessary to ensure the integrity and proper conduct of the procurement process, the University can request the evidence any time during the procurement process, all or part of the supporting documents from bidders. It is a discretionary ground for exclusion for a bidder not to be able to provide the ESPD supporting documents, or to withhold or misrepresent such information. More details on this can be found in the exclusion stage. (ix) The successful Contractor will be required to provide three 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_11326, The ITT code is itt_25082 (SC Ref:569809)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000549132"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000549132"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "HWU1805",
            "suppliers": [
                {
                    "id": "org-242",
                    "name": "TOPdesk UK Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "HWU1805",
            "awardID": "HWU1805",
            "status": "active",
            "dateSigned": "2019-01-14T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "443",
                "measure": "lowestValidBidValue",
                "value": 78598.2
            },
            {
                "id": "444",
                "measure": "highestValidBidValue",
                "value": 659988
            },
            {
                "id": "445",
                "measure": "bids",
                "value": 8,
                "relatedLot": "1"
            },
            {
                "id": "446",
                "measure": "lowestValidBidValue",
                "value": 78598.2,
                "relatedLot": "1"
            },
            {
                "id": "447",
                "measure": "highestValidBidValue",
                "value": 659988,
                "relatedLot": "1"
            }
        ]
    }
}