UK-Leeds: Business transaction and personal business software package.
UK-Leeds: Business transaction and personal business software package.
Section I: Contracting Authority
	I.1) Name, Addresses and Contact Point(s):
		 University of Leeds
		 Purchasing Office, Woodhouse Lane, University of Leeds, Leeds, LS2 9JZ, United Kingdom
		 Tel. +44 133433798, Email: s.bibi1@leeds.ac.uk
		 Contact: Saima Bibi
		 Main Address: https://neupc.delta-esourcing.com/delta/, Address of the buyer profile: https://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.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: Systems Integrator for SAP S/4 HANA upgrade				
		Reference number: PE2022-23/1532
		II.1.2) Main CPV code:
			48400000 - Business transaction and personal business software package.
 
		II.1.3) Type of contract:  SUPPLIES 
		II.1.4) Short description: The University of Leeds’ existing SAP ECC6 environment has been in place since 1999. Since then, the environment has been added to, extending SAP and expanding the systems supporting HR, Finance and Purchasing with other third-party offerings. This has led to an environment in need of simplification and systemisation. The university now wishes to upgrade to SAP S/4 HANA (to ensure interoperability with current systems to be maintained) and move to a new operating model for business support services which is compatible with the institution’s existing infrastructure. The university is therefore seeking to procure a reseller/provider of the SaaS SAP S/4 HANA solution, and the services to implement, integrate and configure that solution. Contract value is expected to be approximately £11m for implementation, with annual recurring charges of approximately £1.5m to £2.5m
		II.1.6) Information about lots
			This contract is divided into lots: No 
 				
		II.1.7) Total value of the procurement (excluding VAT)
			 Value: 18,500,000
						
			Currency:GBP				
	II.2) Description 
		II.2.2) Additional CPV code(s):
				48440000 - Financial analysis and accounting software package.
				48450000 - Time accounting or human resources software package.
				48490000 - Procurement software package.
				72212440 - Financial analysis and accounting software development services.
				72212450 - Time accounting or human resources software development services.
				72261000 - Software support services.
				72262000 - Software development services.
				72263000 - Software implementation services.
				72265000 - Software configuration services.
				72266000 - Software consultancy services.
				72267000 - Software maintenance and repair services.
				72268000 - Software supply services.
				72416000 - Application service providers.
 
		II.2.3) Place of performance
		Nuts code:
		UKE42 - Leeds
	 
		Main site or place of performance:
		Leeds
	 			
		II.2.4) Description of the procurement: The University of Leeds, established in 1904, is one of the largest higher education institutions in the UK with more than 39,000 students and 9,200 staff. We are renowned globally for the quality of our teaching and research. The University’s current technology solution for Finance (including payroll), Purchasing and People & Culture (SAP ECC) is planned to be out-of-support by 2025 with extensions likely only available as far as 2027 and then at much increased cost. A replacement Enterprise Resource Planning (ERP) solution needs to be implemented in advance to ensure the University has continuity of operations. The University would like to invest in its technology. SAP has been the University’s main corporate system since 1999. The University would like to ensure it has a system that can be easily managed, the functionality leveraged, and utilised. The system should provide operational, regulatory and compliance security, without causing undue risks. Data and technology architecture needs to support service improvement, cost efficiency, and responsive decision making and planning. The University needs to switch from operating variable non-standard, often complex processes with an undue reliance on manual activity to business-led process re-design to implement standardised, streamlined processes that are technology-enabled. There are also opportunities to move away from low-value-add activity - significant improvements are available through changing the way we work, such as: service centres, self-service, automation, mobile technology, improved service design, workflow management, improved reporting, and data management tools. The Corporate Processes and Systems (CPS) Programme has been with the vision to create “A University enabled by streamlined and consistent processes and robust and insightful data, with clear ownership and control, supported by modern and future-proofed technology that is understood and enjoyed by its users.” Significant work was undertaken during 2022 to develop a Target Operating Model covering Finance, Purchasing and People & Culture services. Through this procurement the University is seeking to engage a systems integrator to supply and implement an upgrade to the current SAP system and through this support the delivery of the new Target Operating Model. The scope of the services sought includes: Design of the solution to meet a detailed set of functional and compatibility requirements, including process design (working with University stakeholders), selection of appropriate software modules, sizing etc. Configuration of the system to meet the University’s functional and compatibility requirements Integration of the system with the University’s existing systems (note the University expects some of these systems to be replaced by the new solution) Migration of data into the new system (with extraction of data from non-SAP legacy systems having been undertaken by the University, with support from the supplier) Testing of the system A period of extended support following the end of any usual ‘hypercare’ period. Support for broader business change (e.g. changes to organisational structures, behavioural change, capability development) is included as an optional service. The contract will be for an initial of 36 months. The University will have two options to extend the contract, each option for a period of 12 months, providing a maximum contract duration of 5 years. 
		II.2.5) Award criteria:
		 Not Provided 
		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:  Yes 
IV.2) Administrative information
	IV.2.1) Previous publication concerning this procedure
		 Notice number in the OJEU: 2022/S 000-031466
		
	
	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: SI Partner  
	A contract/lot is awarded: Yes 
	V.2) Award of contract
		V.2.1) Date of conclusion of the contract: 21/07/2023 
		V.2.2) Information about tenders
			Number of tenders received: 4 
			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)
				 NTT Data Business Solutions, 03689001
				 12 Gough Square, London, EC4A 3DW, United Kingdom
				 NUTS Code: UKE42
				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: 18,500,000 			
			Total value of the contract/lot: 18,500,000
			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://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=799395015
 
	VI.4) Procedures for review
		VI.4.1) Review body
			 High Court of England and Wales
			 Royal Courts of Justice, Strand, London, London, WC2A 2LL, United Kingdom
			 Tel. +44 133434104
		VI.4.3) Review procedure
			Precise information on deadline(s) for review procedures: Not Provided 
		VI.4.4) Service from which information about the review procedure may be obtained
			Not Provided
	VI.5) Date of dispatch of this notice: 01/08/2023