CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Cardiff University |
Procurement Services, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Procurement
Anthony Hale |
+44 2920879388 |
buyline@cardiff.ac.uk |
|
www.cardiff.ac.uk/purch/
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0258
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityOracle EBS Financial Platform |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract7 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Cardiff
UKL22 |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The Replacement of the Oracle EBS Financial Platform
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=18452.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48000000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeTenders are invited for the replacement of the Oracle EBS financial platform and managed service of the platform and EBS Financial application, hereafter called "the system", as indicated below, either in the form of a single integrated package or as components thereof.
Cardiff University wants to replace the system with the aim of:-
Increasing availability of the system
Increasing the number of environments available for development and testing
Identifying a partner to support the system for five+ years.
Setting the costs for the lifetime of the system
Providing a stable platform for the upgrade to any later release of EBS eg R12.2
Expected benefits:
Allow us to respond in an agile fashion/more efficiently to emerging requirements
Provide better information for informed planning and decision making and provide performance management information
Reduce the admin burden for researchers and professional services staff and increase their capacity and capability to do more
That the system will be a good fit with Cardiff University's IT infrastructure now and in the future
The system provided must support and be compatible with the University's current network and server infrastructure without requiring any changes to our current operational configuration
Suppliers are requested to register and download documents from https://in-tendhost.co.uk/cardiffuniversity/aspx/Home |
|
|
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion60 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
|
III.2.2)
|
Economic and financial capacity
(1) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
|
III.2.3)
|
Technical capacity
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(8) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(11) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate4 |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
SPEC429/TH
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 18-12-2014
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 18-12-2014
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 09-01-2015
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
(WA Ref:18452)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 19-11-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Cardiff University |
Procurement Services, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Procurement
Anthony Hale |
+44 2920879388 |
|
|
www.cardiff.ac.uk/purch/ |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Cardiff University |
Procurement Services, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Procurement
Anthony Hale |
+44 2920879388 |
buyline@cardiff.ac.uk |
|
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Cardiff University |
Procurement Services, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Procurement
Anthony Hale |
+44 2920879388 |
|
|
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home |
|
|
ANNEX B
Information About Lots
|
1
Cloud Hosted Service |
1)
|
Short Description
Cloud Hosted Service
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48000000 |
|
|
|
|
|
3)
|
Quantity or scope
Suppliers will be expected to tender for a solution which is hosted off site on physical or virtual servers
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
In-House Hosted Solution |
1)
|
Short Description
Systems based on Cardiff University servers
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
48800000 |
|
|
|
|
|
3)
|
Quantity or scope
Suppliers will be expected to tender for a solution where hardware is supplied and situated on the University premises
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|