EPOS Replacement Tender
The university is seeking to appoint a single vendor for a replacement EPOS solution.
United Kingdom-Nottingham: Software package and information systems
2019/S 224-549711
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: University of Nottingham
Town: Nottingham
NUTS code: UKF14
Postal code: NG7 2NR
Country: United Kingdom
Contact person: Procurement
E-mail: procurement@nottingham.ac.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
EPOS Replacement
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University is seeking to appoint a single vendor for a replacement EPOS solution across the University’s catering and bar outlets, including (where required) its contract catering partners and the Student Union.
The University wishes to invest in a platform that can provide functionality that will enhance the services we provide to our students, staff and external customers.
The project includes the replacement of over 75 POS Terminals at the University across UoN, Student Union and 3rd Party managed locations.
II.1.6)Information about lots
II.2.3)Place of performance
II.2.4)Description of the procurement:
The University’s preference is for a SaaS solution and it is critical to the University that a supplier can clearly articulate what its SaaS solution is, from the infrastructure through to the rights and responsibilities that the University will have over the solution. If suppliers do not offer a SaaS solution, the same level of response is required.
The desired outcomes of the tender are:
— appoint a supplier with the best fit POS solutions and peripherals suitable to support the University and Student Union Operations, now and for the future,
— appoint a supplier with back end software and system structure that is easy to use, supports the University and SU structures and manages data well,
— appoint a supplier that can support the University daily bites scheme,
— appoint a supplier with a solution that can support improvements to the University daily bites scheme,
— appoint a supplier in which we have confidence to put in place the required integrations to support the desired EPOS processes,
— appoint a supplier with a strong integration capability to support future change,
— appoint a supplier with a stock management solution and integration capability that can support both the Student Union and University aims,
— appoint a supplier that can support the University and Student Union in improving supporting processes around EPOS,
— appoint a supplier that can support the University and Student Union in developing new loyalty schemes and offers,
— appoint a supplier that can support online and pre-ordering,
— agreement of a plan to implement the EPOS solution for the University and Student Union,
— appoint a supplier with a solution that gives the University confidence in its security and compliance, and ability to support the solution,
— appoint a supplier with a solution that gives the University confidence in its roadmap for the future.
The project includes the replacement of over 75 POS Terminals at the University across UoN, Student Union and 3rd Party managed locations.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Option to extend for up to a total of 4 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Note the planned market briefing/site visit will be on the 28.11.2019 at 9.30, or 29.11.2019 at 9.30.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
Postal address: High Court, Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
VI.4.3)Review procedure
In accordance with Regulation 86 and 87 of the Public Contracts Regulations 2015, the contracting authority has incorporated a minimum 10 calendar days standstill period starting from the day when contract award was notified to the bidders. Unsuccessful bidders will be provided with a debrief in the award decision at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Tenderers have a right to appeal provided for within the Public Contracts Regulations 2015. Any such proceedings must be brought in the High Court of England and Wales.
VI.5)Date of dispatch of this notice: