UK-Leeds: Software package and information systems.

UK-Leeds: Software package and information systems.
Section I: Contracting Authority
I.1) Name and addresses
University of Leeds
Purchasing Office, 1 - 3 Lifton Villas, Lifton Place, Leeds, LS2 9JZ, United Kingdom
Tel. +44 1133430977, Email: d.mclaren@leeds.ac.uk
Contact: David McLaren
Main Address: www.leeds.ac.uk
NUTS Code: UKE42
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-Leeds:-Software-package-and-information-systems./U9945Z84X7
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Supply and Installation of an application Platform as a Service solution with ITSM applications
Reference Number: 3577
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 IT vision is to provide intuitive and modern platforms, infrastructure and applications that simplify business process. In supporting this the strategy has three key goals that relate to application Platform as a Service and ITSM tools:
•Develop a strong customer ethos and service model.
•Develop a consistent user experience providing a solid foundation for new innovative IT Services.
•Remove duplication of service and technologies and standardise where appropriate.
While the service desk is at the forefront of the customer and service interaction, this is not just about them; all other IT teams must follow a best practice set of process and procedures underpinned by a common tool that are focused on maximising the benefit to the service customers and service users
Responses to this tender will need to consider the full suite of applications that are currently delivered by the application Platform as a Service and ITSM applications as detailed below.
II.1.5) Estimated total value:
Value excluding VAT: 1,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
48000000 - Software package and information systems.

II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: The IT vision is to provide intuitive and modern platforms, infrastructure and applications that simplify business process. In supporting this the strategy has three key goals that relate to application Platform as a Service and ITSM tools:
•Develop a strong customer ethos and service model.
•Develop a consistent user experience providing a solid foundation for new innovative IT Services.
•Remove duplication of service and technologies and standardise where appropriate.
While the service desk is at the forefront of the customer and service interaction, this is not just about them; all other IT teams must follow a best practice set of process and procedures underpinned by a common tool that are focused on maximising the benefit to the service customers and service users
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: 1,500,000
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: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: 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/U9945Z84X7


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
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: No

Section IV: Procedure
IV.1) Description NEGOTIATED
IV.1.1) Type of procedure:

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: Yes.
IV.1.5) Information about negotiation: 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: 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: 17/04/2019 Time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 26/04/2019
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): 6



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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Software-package-and-information-systems./U9945Z84X7

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/U9945Z84X7
VI.4) Procedures for review
VI.4.1) Review body:
University of Leeds
Purchasing Office, 1 - 3 Lifton Villas, Lifton Place, Leeds, LS2 9JZ, United Kingdom
Tel. +44 1133430977, Email: d.mclaren@leeds.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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 15/03/2019

Annex A