University of Lincoln is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Identity and Access Management System |
Notice type: | Contract Notice |
Authority: | University of Lincoln |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | The University is seeking to procure an Identity and Access Management System that provides the following functionality: 1.Role Based Access Control (RBAC) 2.Governance and Audit 3.Compliance 4.Configurable Workflows |
Published: | 03/08/2018 12:50 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
University of Lincoln
Procurement c/o Finance, Brayford Pool, Lincoln, LN6 7TS, United Kingdom
Tel. +44 1522886612, Email: procurement@lincoln.ac.uk
Contact: Matthew Hird
Main Address: www.lincoln.ac.uk
NUTS Code: UKF3
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-Lincoln:-System-management-software-package./52R967NM32
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-Lincoln:-System-management-software-package./52R967NM32 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: https://www.delta-esourcing.com/tenders/UK-Lincoln:-System-management-software-package./52R967NM32
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: Identity and Access Management System
Reference Number: 237
II.1.2) Main CPV Code:
48781000 - System management software package.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The University is seeking to procure an Identity and Access Management System that provides the following functionality:
1.Role Based Access Control (RBAC)
2.Governance and Audit
3.Compliance
4.Configurable Workflows
II.1.5) Estimated total value:
Value excluding VAT: Not Provided
Currency: Not Provided
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
48730000 - Security software package.
48000000 - Software package and information systems.
II.2.3) Place of performance:
UKF30 Lincolnshire
II.2.4) Description of procurement: The University of Lincoln is looking for a partner to provide and implement an Identity and Access Management System covering the following areas:
Role Based Access Control (RBAC)
Governance and Audit
Compliance
Configurable Workflows
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: 60
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Option to extend for five further periods of 12 months.
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
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.2.2) Contract performance conditions
As stated in the procurement 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 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: 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: 10/09/2018 Time: 11:00
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: 10/09/2018
Time: 11:01
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 Yes
Electronic invoicing will be accepted Yes
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Lincoln:-System-management-software-package./52R967NM32
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/52R967NM32
VI.4) Procedures for review
VI.4.1) Review body:
Univeristy of Lincoln
Campus Way, Lincoln, LN6 7TS, United Kingdom
Tel. +44 1522886612
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for nay other means of communication) to applicants of the award decisions.
This notification will provide the information that tenderers are legally entitled to regarding the award decision. The standstill period provides times for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
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: 03/08/2018
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University of Lincoln
Procurement c/o Finance, Brayford Pool, Lincoln, LN6 7TS, United Kingdom
Tel. +44 1522886612, Email: procurement@lincoln.ac.uk
Contact: Matthew Hird
Main Address: www.lincoln.ac.uk
NUTS Code: UKF3
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: Identity and Access Management System
Reference number: 237
II.1.2) Main CPV code:
48781000 - System management software package.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The University is awarding a contract for an Identity and Access Management System that provides the following functionality:
1.Role Based Access Control (RBAC)
2.Governance and Audit
3.Compliance
4.Configurable Workflows
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 700,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
48730000 - Security software package.
48000000 - Software package and information systems.
II.2.3) Place of performance
Nuts code:
UKF30 - Lincolnshire
Main site or place of performance:
Lincolnshire
II.2.4) Description of the procurement: The University of Lincoln is awarding a contract to provide and implement an Identity and Access Management System covering the following areas:
Role Based Access Control (RBAC)
Governance and Audit
Compliance
Configurable Workflows
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 650
Price - Weighting: 350
II.2.11) Information about options
Options: Yes
Description of these options:Option to extend for five further periods of 12 months.
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 procedure with negotiation
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: 2018/S 150-343951
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: 237
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: 13/06/2019
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3 (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: 4
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Pirean Ltd
28th Floor,, One Canada Square,, Canary Wharf,, London, E14 5AB, United Kingdom
Tel. +44 8452260542, Email: inquiries@pirean.com
Internet address: https://pirean.com
NUTS Code: UKI
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 700,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=377491422
VI.4) Procedures for review
VI.4.1) Review body
Univeristy of Lincoln
Campus Way, Lincoln, LN6 7TS, United Kingdom
Tel. +44 1522886612
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The Contracting Authority will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for nay other means of communication) to applicants of the award decisions.
This notification will provide the information that tenderers are legally entitled to regarding the award decision. The standstill period provides times for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 provide aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 14/06/2019