Data Warehouse Implementation Services London
UCL would like to contract an organisation to partner with for the development of the central data-warehouse and potentially the implementation of an Operational Data Store for the HR implementation project.
United Kingdom-London: Software programming and consultancy services
2016/S 170-306589
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University College London
Gower Street
Contact point(s): Procurement Services
WC1E 6BT London
United Kingdom
E-mail: tenders.procurement@ucl.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/ucl/aspx/Home
Address of the buyer profile: https://www.ucl.ac.uk/procurement
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 UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 500 000 and 3 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
It operates a number of applications, including Oracle E-Business Suite for Financials and soon to be HR, SITS for Student Management, Research and Estates applications.
UCL would like to contract an organisation to partner with for the development of the central data-warehouse and potentially the implementation of an Operational Data Store (ODS) for the HR implementation project.
Data for the central data-warehouse will be transferred from and to multiple database types, including other data-warehouses and data-marts. The transfers may require complex data transformations. They will capture data in both real-time and batch modes.
The success of this project will critically depend on a partner with exceptional data modelling skills and experience of developing data-warehouses, especially within the HE sector. Based on their experience and skill, the bidder will be expected to develop data-models for the data-warehouses that meet current needs but also accommodate future needs where these can be reasonably foreseen or expected. Thus the data models developed need to be durable and flexible.
The bidder will be required to develop appropriate documentation and configuration activities and deployment plans to help infrastructure architects and operational teams to understand the deliverable. The documentation should enable those not familiar with the installation to i) reapply the solution in a new clean environment with the same configuration as that provided by the bidder and ii) development staff to understand the configuration and development that has been undertaken.
Under this contract, deliverables will be grouped into work packages. A work package is a self-contained set of deliverables which is priced and contracted as a single unit of work (call off).
Envisaged contract start date: 14.11.2016.
A supplier briefing meeting to provide more information to potential bidders will be held at UCL on 14.9.2016. The procurement documentation and further details on registering for the supplier briefing day can be accessed from https://in-tendhost.co.uk/ucl/aspx/Home
II.1.6)Common procurement vocabulary (CPV)
72200000, 72100000, 72246000, 72226000, 72266000, 72227000, 72220000, 72000000
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:
Under this contract, deliverables will be grouped into work packages. A work package is a self-contained set of deliverables which is priced and contracted as a single unit of work (call off).
II.2.2)Information about options
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:
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
III.2.3)Technical capacity
Any requirements are set out in the Invitation To Tender (ITT) consistent with the provisions of the Public Procurement Regulations 2015.
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
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
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.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Procurement Services.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
All communications shall be in English (or a full translation provided at no cost to UCL). Tenders, when invited, and all supporting documentation must be priced in Sterling and all payments under the Contract will be in Sterling. Any contract or agreement resulting from acceptance of the Invitation To Tender (ITT) will be considered as a Contract made in England according to English Law and subject to the exclusive jurisdiction of the English Courts.
UCL does not bind itself to accept any tender and reserves the right to accept any part of the tender. No contract capable of acceptance will be created between UCL and any party until a contract is executed between UCL and the selected providers.
The tender process is being conducted electronically via In-tend.
Suppliers are required to register on this website: https://in-tendhost.co.uk/ucl in order to receive documentation. After registering, you should express an interest in the relevant tender and the tender documentation can then be downloaded.
All tender responses and any supporting documentation must be submitted through this system. There must be no postal correspondence from bidders unless agreed by UCL. Tenders shall not be sent and will not be accepted by fax or e-mail. It is bidder’s responsibility to ensure that their documents are uploaded on time and to check on the document size capability. Bidders should be aware that typically there is a high demand on the system close to return deadline times.
VI.4.1)Body responsible for appeal procedures
Royal Court of Justice
The Strand
WC2A 2LL London
United Kingdom
Telephone: +44 2079476000
Internet address: www.hmcouts-service.gov.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
United Kingdom
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: www.cedr.com
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
United Kingdom
Telephone: +44 2072761234
VI.5)Date of dispatch of this notice:
Related Posts
Information Technology Health Check