UK-York: IT software package.

UK-York: IT software package.
Section I: Contracting Authority
I.1) Name and addresses
York St John University
Lord Mayors Walk, York, YO31 7EX, United Kingdom
Tel. +44 1904876611, Email: tenders@yorksj.ac.uk
Main Address: https://www.yorksj.ac.uk
NUTS Code: UKE21
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-York:-IT-software-package./ZTBCSC82QE
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-York:-IT-software-package./ZTBCSC82QE 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
Other type:: University
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Corporate Information Systems - HR and Finance
Reference Number: Not provided
II.1.2) Main CPV Code:
48517000 - IT software package.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: The University is seeking to appoint a suitably qualified supplier or suppliers to undertake the supply, implementation and ongoing support and development of Corporate Information Systems (HR, Payroll & Finance), including any necessary business process mapping and reengineering required to achieve best efficiency and benefit from the new platforms. The contract term will be five years.
II.1.5) Estimated total value:
Value excluding VAT: 4,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: This ITT is subdivided into two individual lots. Bidders are welcome to return bids for one or both of the available lots. At this time, YSJU has no predetermined position on its preference between a single sourced solution or a combination of separate solutions from different providers. The purpose of this exercise is to source and identify the optimum solution for the university.

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Finance System
Lot No: 1
II.2.2) Additional CPV codes:
48442000 - Financial systems software package.

II.2.3) Place of performance:
UKE21 York

II.2.4) Description of procurement: The University is looking to replace its current systems, which have become outdated and no longer meet our future needs. Financial and accounting functions within the business seek to surpass the limitations of the present system with the installation of a modern replacement that is fit for current and future purposes, and which enables data to be queried across application boundaries.
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: 2,000,000
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: No
Description of renewals: Not provided

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: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/856T57FH6H
II.2) Description Lot No. 2

II.2.1) Title: Human Capital Management and Payroll System
Lot No: 2
II.2.2) Additional CPV codes:
48450000 - Time accounting or human resources software package.

II.2.3) Place of performance:
UKE21 York

II.2.4) Description of procurement: A robust end-to-end HCR and Payroll system must be implemented which will support YSJU’s requirements as well as giving superior functionality that will generate advantage within our sector. Existing and future YSJU systems will need to co-exist with those employed to deliver this solution.
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: 2,000,000
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: No
Description of renewals: Not provided

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: To respond to this opportunity please click here: https://neupc.delta-esourcing.com/respond/ZTBCSC82QE


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:
Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of relevant organisations are required in order to perform this service. Where applicable, bidders must confirm if they hold the particular authorisation or memberships.
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
The performance of the successful Bidder will be monitored through agreed Key Performance Indicators, to be included in the Systems Agreement attached to this Contract Notice. Where performance falls below the minimum acceptable level during the Contract, the successful Bidder will be required to produce a Remedial Plan for the approval of YSJU. Failure to produce a Remedial Plan or implement an approved Remedial Plan will be deemed to be a breach of the Contract, which may lead to the termination of the successful Bidder's Contract.
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: 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: 08/03/2019 Time: 16:00

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): 12

IV.2.7) Conditions for opening of tenders:
Date: 12/03/2019
Time: 17:00
Place:
York, United Kingdom


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 Yes
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://neupc.delta-esourcing.com/tenders/UK-UK-York:-IT-software-package./ZTBCSC82QE

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/ZTBCSC82QE
VI.4) Procedures for review
VI.4.1) Review body:
York St John University
Lord Mayors Walk, York, YO31 7EX, United Kingdom
Tel. +44 1904876611, Email: tenders@yorksj.ac.uk
Internet address: https://www.yorksj.ac.uk/
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:
York St John University
Lord Mayors Walk, York, YO31 7EX, United Kingdom
Tel. +44 1904876611
VI.5) Date Of Dispatch Of This Notice: 14/01/2019

Annex A