HERIOT-WATT UNIVERSITY has floated a tender for Contract notice: Industry specific software package. The project location is United Kingdom and the tender is closing on 30 Sep 2019. The tender notice number is 411048-2019, while the TOT Ref Number is 35968660. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : United Kingdom

Summary : Contract notice: Industry specific software package

Deadline : 30 Sep 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 35968660

Document Ref. No. : 411048-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : HERIOT-WATT UNIVERSITY
Office Name: Heriot-Watt University
Address: Moyen House, Research Park North, Heriot-Watt University, Riccarton
Town: Edinburgh
Postal Code: EH14 4AP


Phone: +44 1314513700
United Kingdom
Email :f.davidson@hw.ac.uk
URL :http://hw.ac.uk

Tender Details

Object of the contract
Industry specific software package

Description: Contract notice: Industry specific software package

Authority Type: Body governed by public law
Contact Nature: Services
Procedure: Restricted procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 48100000, 48100000
CPV Description: Industry specific software package.

Global Curriculum Management System

Reference Number : HWU1893

Heriot-Watt University has a requirement for a cloud based Global Curriculum Management system (GCM). The GCM System is required to support the life cycles of our programmes and courses from cradle to grave from first conception through all areas of approval, quality assurance, marketing, delivery and retirement.

Heriot-Watt University is a Higher Education institution with 5 campuses across UK, Dubai and Malaysia. The University currently uses a bespoke curriculum management system which meets 3 key objectives, to be a single source of truth for approved programme and course descriptions, to support the approval processes and to support single data-entry through a push of data to the student records system. The Heriot-Watt University curriculum has evolved to offer more diversified study options for students and is subject to more complicated regulatory regimes. Heriot-Watt University therefore requires to procure and implement a modern and flexible cloud based solution for Global Curriculum Management which meets the demands of an International University.

ESPD 4B.5:

It is a requirement that the bidder holds or can commit to obtain prior to the commencement of the contract, the levels of insurance cover indicated below:

— professional risk indemnity: 5 000 000 GBP,

— employer`s (compulsory) liability: 5 000 000 GBP,

— public liability: 10 000 000 GBP,

— product liability: 5 000 000 GBP,

— cyber liability insurance: 10 000 000 GBP.

ESPD 4B.6 Statement 1:

Where the bidder is providing a submission on behalf of a subsidiary company, upon request, the bidder must obtain a parent company guarantee in a form acceptable to Heriot-Watt University prior to the commencement of a subsequently awarded contract.

ESPD 4B.6 Statement 2:

Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations. Bidders must provide their 3 most recent sets of annual audited accounts. A review of your audited accounts will be undertaken. In some cases this review may lead to additional requests for further financial information to clarify any potential issues.

This information will be used to assess financial sustainability.

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.

Bidders engaged in the delivery of this contract may be excluded if they have not met applicable social, environmental and labour obligations under national, EU, and international law (as indicated in ESPD Section 3D). Without prejudice to any relevant obligations, suppliers should note that this includes obligations for certain organisations under:

— the Modern Slavery Act 2015 (available at http://www.legislation.gov.uk/ukpga/2015/30/contents/enacted),

— the ILO conventions and other measures listed in Annex X of Directive 2014/24/EU (available at http://eur-lex.europa.eu/legal-content/EN/TXT/HTML/?uri=CELEX:32014L0024&from=EN),

— the Equality Act 2010 (available at https://www.legislation.gov.uk/ukpga/2010/15/contents),

— the Employment Relations Act 1999 (Blacklists) Regulations 2010 (http://www.legislation.gov.uk/uksi/2010/493/contents/made) — this is grounds for mandatory exclusion or termination at any procurement or contract stage.

At any stage, bidders and/or relevant subcontractors may be required to provide statements and means of proof demonstrating their compliance with these obligations or the reliability of their self-cleansing measures, including the annual statement as provided for by Section 54 of the Modern Slavery Act for organisations with a turnover of 36 000 000 GBP or over.

The buyer is using PCS-Tender to conduct this PQQ exercise. The project code is 14374

For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:595549)


Internet address (URL): http://hw.ac.uk

Documents

 Tender Notice