University of Bath: Activity Based Costing Solution

  University of Bath is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Activity Based Costing Solution
Notice type: Contract Notice
Authority: University of Bath
Nature of contract: Services
Procedure: Open
Short Description: The University of Bath is seeking to appoint a vendor or vendors to supply an Activity Based Costing solution to provide: •Retrospective Course Costing (RCC) •Transparent Approach to Costing (TRAC) reporting •Internal Resource Allocation Models (RAM) •Costing assumptions for Prospective Course Costing (PCC)
Published: 02/10/2017 14:19
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Bath: Software package and information systems.
Section I: Contracting Authority
      I.1) Name and addresses
             University of Bath
             Purchasing Services, Claverton Down, Bath, BA2 7AY, United Kingdom
             Tel. +44 1225384822, Email: l.hayward@bath.ac.uk
             Contact: Lester Hayward
             Main Address: www.bath.ac.uk
             NUTS Code: UKK12
      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: http://www.delta-esourcing.com/tenders/UK-UK-Bath:-Software-package-and-information-systems./XH88G2D7M6
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Bath:-Software-package-and-information-systems./XH88G2D7M6 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: Activity Based Costing Solution       
      Reference Number: UoBath/Proc/578
      II.1.2) Main CPV Code:
      48000000 - Software package and information systems.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The University of Bath is seeking to appoint a vendor or vendors to supply an Activity Based Costing solution to provide:
•Retrospective Course Costing (RCC)
•Transparent Approach to Costing (TRAC) reporting
•Internal Resource Allocation Models (RAM)
•Costing assumptions for Prospective Course Costing (PCC)       
      II.1.5) Estimated total value:
      Value excluding VAT: 140,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      48100000 - Industry specific software package.
      48440000 - Financial analysis and accounting software package.
      
      II.2.3) Place of performance:
      UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire
      
      II.2.4) Description of procurement: The University of Bath is seeking to appoint a vendor or vendors to supply an Activity Based Costing solution to provide:
Retrospective Course Costing (RCC)
Should allow for the reporting of fully absorbed costs and income down to the given level. For the University of Bath, the level needs to be at least to course level in the first instance but where data is available down to the module level.
Transparent Approach to Costing (TRAC)
Is an annual activity based costing process. The principles of cost allocations apply for TRAC but there may be some specific differences in the approach for our internal cost reporting (RAM) and TRAC. We require a system that allows for different costing methods to be used.
Resource Allocation Models (RAM)
Looks at department level costing that shows the income and costs by source of income and type of costs. It is split into direct costs and central costs. The direct costs are reported from their cost centre in the ledger and the faculty costs and centrals costs are allocated based on cost drivers.
Higher Education Statistics Agency (HESA)
Is an annual return that reports the University’s financial expenditure activity in a given financial period. Costs are categorised according to a pre-defined template and must reconcile with Note 9 of the University’s annual published financial statements. The solution is required to map financial data to HESA cost centre to allow the solution output to reconcile back to HESA returns, but not actually produce the returns.
Prospective Course Costing (PCC)
Relies upon central cost assumptions to ensure all prospective courses are evaluated accurately in terms of financial viability. It is anticipated that the solution will be able to generate department level central cost assumptions that can be broken down into more granular detail for example looking at lab vs non-lab, undergraduate vs post graduate.
The University's budget for the procurement of the Activity Based Costing Solution is £75k - £175k (Including Vat) should the contract run for its potential of 4 years plus up to 2 extended years.
      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: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: Yes       
      Description of renewals: The initial contract period will be 4 years with the option for 2 annual extensions up to a maximum of contract period of 6 years. The University reserves the right to award the extension periods as 2 individual extensions of 1 year or 1 single extension of 2 years depending upon circumstances after 4 years.
      
      II.2.10) Information about variants:
      Variants will be accepted: Yes
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      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: Not provided       


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
      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          
      Not Provided          
      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: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   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.1.6) 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: No       
   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: 01/11/2017 Time: 14:00
            
      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): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 01/11/2017
         Time: 14:00
      

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: This tender is being conducted as part of the University of Bath's eTendering programme run in conjunction with BIPS DELTA. Expressions of interest in this opportunity, further information and/or documents are available at: https://www.delta-esourcing.com. To express an interest in this opportunity you must register on this site to obtain a login and password (If you are already registered you will not need to register again, simply use your existing username and password). Please note there is a password reminder link on the home page. You must log in and go to your Response Manager and add the following Access Code: XH88G2D7M6
Please ensure you follow all instructions provided to you there. The deadline for submitting your completed tender is 14:00hrs on the 1st November 2017. Please ensure that you allow plenty of time when responding especially if you are required to upload response documents. Please note late responses cannot be accepted. If you experience any technical difficulties please contact the Delta eSourcing help desk on +44 8452707050 or email:helpdesk@delta-esourcing.com
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Software-package-and-information-systems./XH88G2D7M6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/XH88G2D7M6
   VI.4) Procedures for review
   VI.4.1) Review body:
             University of Bath
       Purchasing Services, Claverton Down, Bath, BA2 7AY, United Kingdom
       Tel. +44 1225384822
   VI.4.2) Body responsible for mediation procedures:
Not provided
   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:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 02/10/2017

Annex A


View any Notice Addenda

View Award Notice