Application Delivery and Application Management Framework
Framework for the Provision of Application Delivery / Application Management (ADAM) services.
United Kingdom-Manchester: IT services: consulting, software development, Internet and support
2016/S 207-375466
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The University of Manchester
Oxford Road
For the attention of: The Central Procurement Office
M13 9PL Manchester
United Kingdom
Telephone: +44 1612752160
E-mail: procurement@manchester.ac.uk
Internet address(es):
General address of the contracting authority: www.manchester.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/universityofmanchester
Electronic access to information: https://in-tendhost.co.uk/universityofmanchester
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofmanchester
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 7: Computer and related services
NUTS code UKD3
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
72000000, 48000000, 30211300, 72200000, 72210000, 72240000, 72220000, 72250000, 72260000, 72100000, 72400000, 72500000, 72600000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The initial Student Lifecycle Project (SLP) will require an estimated investment of c£10m over the life time of the project. Other work may arise as separate projects from the SLP but as yet these are unknown. The chosen partner will be expected to work with the University as and when these new projects are approved.
However, there is no guarantee of income under this agreement. These are estimates only and the actual spend may be less than this estimate depending upon the emerging IT Strategic plan.
II.2.2)Information about options
Description of these options: The University reserves the right to use the selected partner for future suitable projects during the 4 year period of contract.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Invitation to Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Information as detailed in the standard Selection Questionnaire (SQ).
III.2.3)Technical capacity
Information as detailed in the standard Selection Questionnaire (SQ).
Minimum level(s) of standards possibly required:
Information as detailed in the standard Selection Questionnaire (SQ).
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The University intends to invite 6 candidates to submit proposals based on the ITN on the basis of the ranking of candidates at SQ stage at which the criteria referred to in Regulation 65 of the Public Contract Regulations 2015, as amended will be assessed and marked.
In the event that candidates’ scores are tied resulting in the maximum number to be shortlisted (6) being exceeded, a tiebreaker exercise will be conducted by the University. Those candidates who are tied will be separated by their scores received in the following sections (in order of precedence):
—
8.2 a ii)
What projects and programmes of a strategic nature has your organisation undertaken where your organisation has brought innovation as an investment to their future with their Client(s)? Highlight the innovative methods brought to bear and the outcomes they delivered as a result in terms of quality, time and cost.
—
8.2. a iii) — The University requires all Intellectual Property Rights (IPR) for both IT and Business artefacts created during projects and programmes to be owned by the University without attracting additional costs. Please provide examples of projects / programmes your organisation has been involved with where this is the case. Additionally please provide where your organisation has undergone Knowledge Share to their Clients whereby the Client is conversant with the solutions implemented
Providers will be asked to submit written proposals based on the ITN and bids will be evaluated using the award criteria described in the ITN and scoring matrix. The University will then invite highest scoring 3 candidates to participate in detailed negotiations.
In the event that candidates’ scores are tied resulting in the maximum number to be shortlisted (3) being exceeded, a tiebreaker exercise will be conducted by the University. Those candidates who are tied will be separated by their scores received in the following sections (in order of precedence):
Appendix D — Question 6
Appendix D — Question 14
Appendix D — Question 27.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 186-334661 of 27.9.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Date: 21.11.2016 – 12:30
Place:
Central Procurement Office
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: University of Manchester staff only.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Type of Procedure — Competitive procedure with negotiation
The dates given are a best estimate at the time of despatch.
Bidders must have a minimum turnover of GBP 40m
Further details can be found in the Memorandum of Information (MOI).
VI.5)Date of dispatch of this notice:
Related Posts
Security Operations Centre Contract
Disaster Recovery and Business Continuity Tender
IT Service Management Consultancy Sheffield
Requirement for Server Infrastructure Running Hyper-V Hypervisor