Global Curriculum Management System

A Contract Award Notice
by HERIOT WATT UNIVERSITY

Source
OJEU
Type
Contract (Services)
Duration
5 year (est.)
Value
£249K
Sector
TECHNOLOGY
Published
11 Nov 2022
Delivery
To 11 Nov 2027 (est.)
Deadline
n/a

Concepts

Location

Edinburgh

Geochart for 2 buyers and 1 suppliers

2 buyers

1 supplier

Description

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. The GCM system will enable seamless transitions to academic review, quality processes and the approval of fees and resources and will help staff steer proposals through the separate regulatory frameworks of our three home countries in the UK, Malaysia and Dubai.

Total Quantity or Scope

Heriot-Watt University is a Higher Education institution with five campuses across UK, Dubai and Malaysia. The University currently uses a bespoke curriculum management system which meets three 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.

Award Detail

1 Akari Software (None)
  • Reference: hwu1893
  • Num offers: 4
  • Value: £248,600
  • Contractor is an SME.

Award Criteria

Quality 70.0
PRICE 30.0

CPV Codes

  • 72212190 - Educational software development services
  • 48100000 - Industry specific software package

Indicators

  • Award on basis of price and quality.

Other Information

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&fro...), — 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. (SC Ref:712634)

Reference

Domains