Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Oracle EBS Financial Platform

  • First published: 19 November 2014
  • Last modified: 19 November 2014

Contents

Summary

OCID:
ocds-kuma6s-018452
Published by:
Cardiff University
Authority ID:
AA0258
Publication date:
19 November 2014
Deadline date:
18 December 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Replacement of the Oracle EBS Financial Platform CPV: 48000000, 48812000, 48800000, 48810000.

Full notice text

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
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Oracle 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 contract

7

II.1.2)

Main site or location of works, place of delivery or performance

Cardiff



UKL22

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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
48812000
48800000
48810000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

Tenders 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 completion

60

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

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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 participate

4

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

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

Unchecked box
Unchecked box


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

Checked box    

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
48800000
48810000
48812000

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
48810000
48812000
48000000

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


Coding

Commodity categories

ID Title Parent category
48812000 Financial information systems Information systems
48810000 Information systems Information systems and servers
48800000 Information systems and servers Software package and information systems
48000000 Software package and information systems Computer and Related Services

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
19 November 2014
Deadline date:
18 December 2014 00:00
Notice type:
Contract Notice
Authority name:
Cardiff University
Publication date:
22 May 2015
Notice type:
Contract Award Notice
Authority name:
Cardiff University

About the buyer

Main contact:
buyline@cardiff.ac.uk
Admin contact:
buyline@cardiff.ac.uk
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.