University of the Arts London is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Student Systems Replacement |
Notice type: | Contract Notice |
Authority: | University of the Arts London |
Nature of contract: | Services |
Procedure: | Competitive Dialogue |
Short Description: | UAL will invite bids for Student System Replacement (SSR). The contract will involve some or all of the design, installation, implementation, and possible hosting, maintenance and support of its student system. UAL has defined an ambitious scope, covering the full student journey from admissions through to graduation and alumni relations, and expects this to be delivered by best-in-breed packages that interface with other UAL systems. The ability of systems and solutions to provide a seamless user experience will be key. This will require managed integration of data and end-to-end processes across commercial off the shelf packages, with a consistent “look and feel” being presented to the user |
Published: | 03/02/2016 17:47 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
University of the Arts London
272 High Holborn, London, WC1v 7EY, United Kingdom
Tel. +44 2075142245, Email: h.mckenzie@arts.ac.uk, URL: www.arts.ac.uk, URL: 5th Floor Granary Building, Granary Square, London N1C 4AA
Contact: Hugh McKenzie
Electronic Access URL: https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./SCNKY47VKM
Electronic Submission URL: https://www.delta-esourcing.com/respond/SCNKY47VKM
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Body governed by public law
I.3) Main activity:
Education
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Student Systems Replacement
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 7
Region Codes: UKI1 - Inner London
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Software package and information systems. Educational software package. Industry specific software package. Industry specific software development services. UAL will invite bids for Student System Replacement (SSR). The contract will involve some or all of the design, installation, implementation, and possible hosting, maintenance and support of its student system.
UAL has defined an ambitious scope, covering the full student journey from admissions through to graduation and alumni relations, and expects this to be delivered by best-in-breed packages that interface with other UAL systems. The ability of systems and solutions to provide a seamless user experience will be key. This will require managed integration of data and end-to-end processes across commercial off the shelf packages, with a consistent “look and feel” being presented to the user
II.1.6)Common Procurement Vocabulary:
48000000 - Software package and information systems.
48190000 - Educational software package.
48100000 - Industry specific software package.
72212100 - Industry specific software development services.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): Yes
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
UAL will invite bids for Student System Replacement (SSR). The contract will involve some or all of the design, installation, implementation and possible hosting of its student system.
UAL has defined an ambitious scope, which currently includes:
•Admissions and Enrolments
•Assessment and Progression
•Core Student Records
•Course Unit Set Up
•On Course Management
•Tuition Fees, Funding and Student Support
•Statutory Returns and Reporting
•General systems admin functionality
•Exchanges/Study Abroad (e.g. Erasmus and other exchange programmes)
•Further Education management
•Graduation
•Post Graduate Research
•Pre-applications and Widening Participation
•Non-accredited courses (e.g. Artscom and Language Centre provision)
It is possible that some of these are removed from scope during subsequent phases of the procurement.
UAL expects these to be delivered by best-in-breed packages that interface with other UAL systems. The ability of systems and solutions to provide a seamless user experience will be key. This will require managed integration of data and end-to-end processes across commercial off the shelf packages, with a consistent “look and feel” being presented to the user
Estimated value excluding VAT:
Range between: 2,000,000 and 4,000,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 1
If known, in the case of renewable supplies or service contracts, estimated time-frame for subsequent contracts:
Duration in months: 12
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
refer to PQQ
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Refer to PQQ
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Refer to PQQ
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Refer to PQQ
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
refer to PQQ
Minimum Level(s) of standards possibly required:
refer to PQQ
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) 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.
Information and formalities necessary for evaluating if requirements are met:
Refer to PQQ for more info.
Minimum Level(s) of standards possibly required:
refer to PQQ
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Yes
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Competitive Dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number: 5
Objective Criteria for choosing the limited number of candidates:
Refer to PQQ for objective criteria to be applied.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue: Yes
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: UAL174/02/2016
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 29/02/2016
Time-limit for receipt of requests for documents or for accessing documents: 17:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 07/03/2016
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 21/03/2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: 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.
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, and the contract will be awarded on the basis of the most economically advantageous tender.
1. All documentation relating to this procurement exercise will be made available in electronic form and managed entirely through the University’s online tendering portal - Delta eSourcing (https://www.delta-esourcing.com) , supported by BiP Solutions.
2. The first stage of the procurement exercise relates to the “Expressions of Interest” stage and participants must register their details on the Delta eSourcing website.
4. Once you have completed the registration process, the information and/or documents relevant for this opportunity are available to download at the url shown below.
5. If you are already registered as a user on Delta eSourcing you will not need to register again, simply use your existing username and password.
6. Please note there is a password reminder link on the homepage.
7. Registered users must log in, go to your “Response Manager” tab and add the following Access Code: SCNKY47VKM
8. If you experience any technical difficulties relating to the registration process and/or accessing documents from the tender portal, please contact the Delta eSourcing Helpdesk on call +448452707050 or email helpdesk@delta-esourcing.com.
9. Participants will be able to access and download the following documents from the online tendering portal after 09:00hrs on 4 February 2016
• Pre-Qualification Questionnaire (“PQQ”);
10. Participants are required to note the deadline for submitting your electronic response(s) to the documents referred above (5.1.12) is scheduled at 12:00hrs on 7 March 2016.
11. All participants acknowledge the fact that by responding to the OJEU notice for a Student System Replacement, the University is not liable for any cost incurred throughout this procurement exercise.
12. If you have any questions in relation to this procurement exercise or the information contained herein, please submit your inquiry using the “Email Buyer” facility within the Delta eSourcing portal (only if you are a registered user) or to the email address listed below:
Hugh McKenzie
Senior Procurement Officer
University of the Arts London 1 Granary Square,
5th Floor, Granary Building,
London N1C 4AA
United Kingdom
E: h.mckenzie@arts.ac.uk
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-package-and-information-systems./SCNKY47VKM
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/SCNKY47VKM
GO-201623-PRO-7703253 TKR-201623-PRO-7703252
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
High Court (England, Wales and Northern Ireland)
United Kingdom
Body responsible for mediation procedures:
University of the arts London
London, N1C 4AA, United Kingdom
Tel. +44 2075142245
VI.4.2)Lodging of appeals: 1. The University of Arts London (“the University”) will exercise a “Standstill Period” of 10 calendar days as a minimum from the point information on the award of the contract is communicated to tenderers.
2. This period is intended to allow unsuccessful tenderers to seek further debriefing from the University before the contract is entered into.
3. Where an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006/5 (as amended)) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
4. Any such action must be brought promptly and within the time limits as defined in the above Regulations.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
University of the Arts London 1 Granary Square
5th Floor, Granary Building, London, NIC 4AA, United Kingdom
Tel. +44 2075142245, Email: h.mckenzie@arts.ac.uk, URL: www.arts.ac.uk
VI.5) Date Of Dispatch Of This Notice: 03/02/2016
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
University of the Arts London
272 High Holborn, London, WC1v 7EY, United Kingdom
Tel. +44 2075142245, Email: h.mckenzie@arts.ac.uk
Contact: Hugh McKenzie
Main Address: www.arts.ac.uk, Address of the buyer profile: www.arts.ac.uk
NUTS Code: UKI
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: Student Systems Replacement
Reference number: Not Provided
II.1.2) Main CPV code:
48000000 - Software package and information systems.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: UAL will invite bids for Student System Replacement (SSR). The contract will involve some or all of the design, installation, implementation, and possible hosting, maintenance and support of its student system.
UAL has defined an ambitious scope, covering the full student journey from admissions through to graduation and alumni relations, and expects this to be delivered by best-in-breed packages that interface with other UAL systems. The ability of systems and solutions to provide a seamless user experience will be key. This will require managed integration of data and end-to-end processes across commercial off the shelf packages, with a consistent “look and feel” being presented to the user
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 2,102,680
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
48000000 - Software package and information systems.
48190000 - Educational software package.
48100000 - Industry specific software package.
72212100 - Industry specific software development services.
II.2.3) Place of performance
Nuts code:
UKI1 - Inner London
Main site or place of performance:
Inner London
II.2.4) Description of the procurement: Student System Replacement
II.2.5) Award criteria:
Quality criterion - Name: FUNCTIONAL / Weighting: 60%
Quality criterion - Name: NON-FUNCTIONAL / Weighting: 15%
Quality criterion - Name: PROGRAMME MANAGEMENT & IMPLEMENTATION / Weighting: 10%
Cost criterion - Name: FINANCIAL / Weighting: 15%
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
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: 11/10/2016
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Tribal Education Limited
Tribal Education Limited, Vision House, Hesslewood Country Office Park Ferriby Road, Hessle, HU13 0PD, United Kingdom
NUTS Code: UKI
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: Not Provided
Total value of the contract/lot: 2,102,680
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: If you have any questions in relation to this procurement exercise or the information contained herein, please submit your inquiry using the “Email Buyer” facility within the Delta eSourcing portal (only if you are a registered user) or to the email address listed below:
Hugh McKenzie
Senior Procurement Officer
University of the Arts London 1 Granary Square,
5th Floor, Granary Building,
London N1C 4AA
United Kingdom
E: h.mckenzie@arts.ac.uk
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=222799683
VI.4) Procedures for review
VI.4.1) Review body
High Court (England, Wales and Northern Ireland)
london, United Kingdom
VI.4.2) Body responsible for mediation procedures
University of the arts London
London, N1C 4AA, United Kingdom
Tel. +44 2075142245
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: 1. The University of Arts London (“the University”) will exercise a “Standstill Period” of 10 calendar days as a minimum from the point information on the award of the contract is communicated to tenderers.
2. This period is intended to allow unsuccessful tenderers to seek further debriefing from the University before the contract is entered into.
3. Where an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2006 (SI 2006/5 (as amended)) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
4. Any such action must be brought promptly and within the time limits as defined in the above Regulations.
VI.4.4) Service from which information about the review procedure may be obtained
University of the Arts London 1 Granary Square
5th Floor, Granary Building, London, NIC 4AA, United Kingdom
Tel. +44 2075142245, Email: h.mckenzie@arts.ac.uk
Internet address: www.arts.ac.uk
VI.5) Date of dispatch of this notice: 14/10/2016