Data Management System Tender
A Framework agreement for Research Data Management Shared Services.
United Kingdom-Didcot: Research and development services and related consultancy services
2015/S 238-432683
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Jisc Services Limited
Lumen House, Library Avenue
For the attention of: Procurement Co-ordinator
OX11 0SG Didcot
UNITED KINGDOM
Telephone: +44 1235822341
E-mail: procurement@jisc.ac.uk
Fax: +44 1235822286
Internet address(es):
General address of the contracting authority: www.jisc.ac.uk
Electronic access to information: https://tenders.jisc.ac.uk
Electronic submission of tenders and requests to participate: https://tenders.jisc.ac.uk
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 8: Research and development services
NUTS code UKJ14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 35
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 8 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
73000000, 72000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Research at Risk challenge (https://www.jisc.ac.uk/rd/projects/research-at-risk) is part of the Jisc co-design approach to innovation (seehttp://www.jisc.ac.uk/research/funding). Co-design is our collaborative innovation model. Steered by customer priorities, it is designed to exploit new opportunities and address pressing issues in higher and further education through technology.
Jisc Services Limited wishes to engage research data management system suppliers and developers to develop a shared service to enable HEI’s to meet core UK funder policy compliance around research outputs, focused on research data, with the aim of providing a solution that integrates components to: ingest, store, publish, disseminate, preserve and report on finalised research objects. The main focus of this solution is to address the challenges posed by managing research data, however we also expect that the system to be able to handle institutions’ text outputs and enable compliance with open access policies and reporting. This service developed in this first stage of procurement will assess the benefits and business case for a future sustainable service for UK HEIs.
Jisc Services Limited envisages that the service will utilise and benefit from using open standards, in order to allow and encourage interoperability above that available in existing products. This part of the tender can include enhancements to existing products as well as the development of new tools where existing products do not exist.
Jisc Services Limited wishes to develop this service in partnership with a small number of pilot HEI’s and suppliers would be expected to work in collaboration with these institutions and respond to their requirements and those of their researchers.
The final product would include a repository with a user interface to be used by researchers to deposit, publish and discover data. It is expected that researchers from pilot HEI’s would be involved in scoping and designing their requirements for the user interface as well as being engaged in testing the system.
Lot Information:
— Lot 1 — Research Data Repositories,
— Lot 2 — Repository Interfaces,
— Lot 3 — Research Data Exchange Interface,
— Lot 4 — Research Information and Administration Systems Integrations,
— Lot 5 — Research Data Preservation Platforms,
— Lot 6 — Research Data Preservation Tools Development,
— Lot 7 — Research Data Reporting,
— Lot 8 — User Experience Enhancements.
II.2.2)Information about options
Description of these options: The framework agreement will be for an initial period of 2 years with the possibility of an extension for a further 2 years subject to review with an overall period of up to 4 years.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Reserach Data Repositories
1)Short description
2)Common procurement vocabulary (CPV)
73000000, 72000000
Lot No: 2 Lot title: Repository Interfaces
1)Short description
2)Common procurement vocabulary (CPV)
73000000, 72000000
Lot No: 3 Lot title: Research Data Exchange Interface
1)Short description
2)Common procurement vocabulary (CPV)
73000000, 72000000
Lot No: 4 Lot title: Research Information and Administration Systems Integrations
1)Short description
2)Common procurement vocabulary (CPV)
73000000, 72000000
Lot No: 5 Lot title: Research Data Preservation Platforms
1)Short description
2)Common procurement vocabulary (CPV)
73000000, 72000000
Lot No: 6 Lot title: Research Data Preservation Tools Development
1)Short description
2)Common procurement vocabulary (CPV)
73000000, 72000000
Lot No: 7 Lot title: Research Data Reporting
1)Short description
2)Common procurement vocabulary (CPV)
73000000, 72000000
Lot No: 8 Lot title: User Experience Enhancements
1)Short description
2)Common procurement vocabulary (CPV)
73000000, 72000000
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977 or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime (c);
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e) where the offence relates to active corruption;
(c) the offence of bribery, where the offence relates to active corruption;
(d) fraud, where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European
Communities, within the meaning of:
(i) the offence of cheating the Revenue;
(ii) the offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968, the Theft Act (Northern Ireland) 1969, the Theft Act 1978 or the Theft (Northern Ireland) Order 1978;
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985, article 451 of the Companies (Northern Ireland) Order 1986 or section 993 of the Companies Act 2006;
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979 or section 72 of the Value Added Tax Act 1994;
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993;
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968 or section 19 of the Theft Act (Northern Ireland) 1969;
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006; or
(ix) making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of the Fraud Act 2006;
(e) money laundering within the meaning of section 340(11) of the Proceeds of Crime Act 2002;
(f) any offence listed:
(i) in section 41 of the Counter Terrorism Act 2008(a); or
(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;
(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);
(h) money laundering within the meaning of sections 340(110 and 415 of the Proceeds of Crime Act 2002(c);
(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);
(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc.) Act 2004(f);
(k) an offence under section 59A of the Sexual Offences Act 2003(g);
(l) an offence under section 71 of the Coroners and Justice Act 2009(h);
(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive:
(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland
Grounds for discretionary rejection as set out in regulation 57(8) of the Public Contracts Regulations:
(a) is bankrupt or is being wound up, whose affairs are being administered by the court, who has entered into an arrangement with creditors, who has suspended business activities or who is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the court or for an arrangement with creditors or of any other similar proceedings under national laws or regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) where a conflict of interest within the meaning of regulation 24 cannot be effectively remedied by other, less intrusive, measures;
(f) where a distortion of competition from the prior involvement of the economic operator in the preparation of the procurement procedure, as referred to in regulation 41, cannot be remedied by other, less intrusive, measures;
(g) where the economic operator has shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions;
(h) where the economic operator has
(i) undertaken to:
(aa) unduly influence the decision-making process of the contracting authority, or
(bb) obtain confidential information that may confer upon it undue advantages in the procurement procedure; or
(ii) negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award:
III.2.2)Economic and financial ability
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.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: Please see PQQ for further information.
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.3.2)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.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: