Procurement is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Business Intelligence Partner |
Notice type: | Contract Notice |
Authority: | Procurement |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | Royal Holloway and Bedford New College is looking for a partner that will unlock its business intelligence (BI) capabilities with a phased approach that will involve providing a hosted data solution that aggregates data from multiple live sources; implementing an Extract Transform Load tool (ETL); consolidating existing reporting tools; and providing support. |
Published: | 15/11/2019 13:49 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Royal Holloway and Bedford New College
Egham Hill,, Egham, TW20 0EX, United Kingdom
Tel. +44 7387418605, Email: procurement@rhul.ac.uk
Contact: Mel Gomes
Main Address: http://www.rhul.ac.uk, Address of the buyer profile: https://www.delta-esourcing.com/
NUTS Code: UKJ25
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Egham:-Business-intelligence-software-development-services./57B4MEMP6C
Additional information can be obtained from: address as in Annex A.I:
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Business Intelligence Partner
Reference Number: RHUL-20003
II.1.2) Main CPV Code:
72212482 - Business intelligence software development services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Royal Holloway and Bedford New College is looking for a partner that will unlock its business intelligence (BI) capabilities with a phased approach that will involve providing a hosted data solution that aggregates data from multiple live sources; implementing an Extract Transform Load tool (ETL); consolidating existing reporting tools; and providing support.
II.1.5) Estimated total value:
Value excluding VAT: 2,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
72212482 - Business intelligence software development services.
II.2.3) Place of performance:
UKJ25 West Surrey
II.2.4) Description of procurement: Royal Holloway and Bedford New College (“the College”) is undertaking a procurement competition based on the Competitive Dialogue (CD) Procedure to select one partner.
The selected partner will be required to:
(a) Analyze the College’s existing data estate to provide an enterprise approach to delivering better college reporting and learner analytics.
(b) Provide a cloud based solution which aggregates data from multiple sources as well as holding historic data.
(c) Provide and Extract, Transform and Load (ETL) tool.
(d) Consolidate existing data visualization tools to provide the most effecting reporting tool that provides best value while complements the College’s IT roadmap.
(e) Implement best practice data governance.
(f) Provide support for solutions implemented.
The procurement will comprise an initial selection stage, following which a shortlist of a minimum of three bidders will then be invited to participate in a dialogue phase, culminating in the submission of final tenders. The dialogue phase will involve a series of dialogue sessions followed by an invitation to submit a draft bid based on the information from the session. Another session with each bidder will follow the draft submission, before an invitation to submit final tenders, which will then be evaluated.
Further information can be found in the Descriptive Document, Requirements and SQ that interested parties can download from https://www.delta-esourcing.com/
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 2,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Any renewals dependent on on-going support/service requirements.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3
Objective criteria for choosing the limited number of candidates: A minimum of the three highest scorers to be taken through.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: The framework contract will have a menu of options which the College can take up during the term, but the expiry of these separate orders should not exceed the expiry date of the main term.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: The Descriptive Document and the Selection Questionnaire (SQ) documents can be obtained from https://www.delta-esourcing.com/. Please note an ‘expression of interest’ is by completion and return of the SQ only by the stated deadline.
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As per the conditions and information provided within the tender documents.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description COMPETITIVE_DIALOGUE
IV.1.1) Type of procedure:Competitive dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 20/12/2019 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/02/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 12
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The Descriptive Document and Selection Questionnaire documents can be obtained from https://www.delta-esourcing.com.
Please note that an ‘expression of interest’ is by completion and return of the SQ only by the required deadline.
The College reserves the right not to award the contract in whole or in part, to cancel or amend the tender process and does not bind itself to accept any tender. The College shall not be liable under any circumstances for any costs, charges or expenses incurred by any bidder or prospective bidder in responding to this notice or in taking part in this procurement process.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Egham:-Business-intelligence-software-development-services./57B4MEMP6C
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/57B4MEMP6C
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Royal Holloway and Bedford New College
Egham, TW10 0EX, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 15/11/2019
Annex A
I) Addresses and contact points from which further information can be obtained:
Royal Holloway and Bedford New College
Egham Hill, Egham, TW20 0EX, United Kingdom
Email: procurement@rhul.ac.uk
Main Address: http://www.rhul.ac.uk
NUTS Code: UKJ25
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Royal Holloway and Bedford New College
Egham Hill,, Egham, TW20 0EX, United Kingdom
Tel. +44 01784276497, Email: procurement@rhul.ac.uk
Contact: Mayele Yambila
Main Address: http://www.rhul.ac.uk, Address of the buyer profile: https://www.delta-esourcing.com/
NUTS Code: UKJ25
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Business Intelligence Partner
Reference number: RHUL-20003
II.1.2) Main CPV code:
72212482 - Business intelligence software development services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Royal Holloway and Bedford New College is looking for a partner that will unlock its business intelligence (BI) capabilities with a phased approach that will involve providing a hosted data solution that aggregates data from multiple live sources; implementing an Extract Transform Load tool (ETL); consolidating existing reporting tools; and providing support.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,500,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
72212482 - Business intelligence software development services.
II.2.3) Place of performance
Nuts code:
UKJ25 - West Surrey
Main site or place of performance:
West Surrey
II.2.4) Description of the procurement: Royal Holloway and Bedford New College (“the College”) is undertaking a procurement competition based on the Competitive Dialogue (CD) Procedure to select one partner.
The selected partner will be required to:
(a) Analyze the College’s existing data estate to provide an enterprise approach to delivering better college reporting and learner analytics.
(b) Provide a cloud based solution which aggregates data from multiple sources as well as holding historic data.
(c) Provide and Extract, Transform and Load (ETL) tool.
(d) Consolidate existing data visualization tools to provide the most effecting reporting tool that provides best value while complements the College’s IT roadmap.
(e) Implement best practice data governance.
(f) Provide support for solutions implemented.
The procurement will comprise an initial selection stage, following which a shortlist of a minimum of three bidders will then be invited to participate in a dialogue phase, culminating in the submission of final tenders. The dialogue phase will involve a series of dialogue sessions followed by an invitation to submit a draft bid based on the information from the session. Another session with each bidder will follow the draft submission, before an invitation to submit final tenders, which will then be evaluated.
Further information can be found in the Descriptive Document, Requirements and SQ that interested parties can download from https://www.delta-esourcing.com/
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Competitive Dialogue
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2019/S 223-547358
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 28/10/2021
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 0 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 16
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Acuma Solutions Limited, 04100859
Applicon House, Exchange Street, Greater Manchester, SK3 0EY, United Kingdom
Tel. +44 1612414321, Email: Jonathan.Eeley@acuma.co.uk
Internet address: https://www.acuma.co.uk/
NUTS Code: UKD3
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 2,500,000
Total value of the contract/lot: 2,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: No
V.1) Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=617031890
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures
Royal Holloway and Bedford New College
Egham, TW10 0EX, United Kingdom
Tel. +44 17984434455
Internet address: https://www.royalholloway.ac.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice
Strand, London, WC2A 2LL, United Kingdom
VI.5) Date of dispatch of this notice: 12/11/2021