IT Development and Testing Services for Open University
The objective of this procurement is to provide the OU with a fully supported and documented third-party flexible resourcing capability that can scale on demand.
United Kingdom-Milton Keynes: IT services: consulting, software development, Internet and support
2015/S 087-157452
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Open University
Walton Hall
Contact point(s): https://in-tendhost.co.uk/openuniversity/
For the attention of: Procurement Manager
MK7 6BP Milton Keynes
UNITED KINGDOM
E-mail: finance-tenders@open.ac.uk
Internet address(es):
General address of the contracting authority: www.open.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/openuniversity/
Electronic access to information: https://in-tendhost.co.uk/openuniversity/
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/openuniversity/
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 UKJ12
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: 2
Duration of the framework agreement
Duration in years: 2
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
72000000, 72820000, 72262000
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:
— Off-site development and testing of full solutions;
— On-site development and testing of full solutions;
— Off-site development and testing capability to supplement existing functions within the OU;
— On-site development and testing capability to supplement existing functions within the OU;
— Provide off-site resources to back fill OU staffing shortfalls;
— Provide on-site resources to back fill OU staffing shortfalls;
— Off-site support of existing OU systems and applications;
— On-site support of existing OU systems and applications;
— Support and testing of packaged software installed by the OU.
Capabilities and Approach.
The capabilities provided by the development partner will encompass, but not be limited to the following:
— Substantial Agile development experience using distributed development, testing and delivery teams;
— Developing and delivering complex software solution;
— Work within the technology and architecture stack set out by the OU;
— Produce quality and complete code within defined time-scales. All code will be subject to peer review and developed to OU coding standards;
— Produce fully tested and quality verified code within defined time-scales. All test scripts and plans will be subject to peer review and developed to OU testing standards;
— Contribute effectively to the planning, retrospectives, estimating process and daily stand up meetings;
— Promote and work effectively within a multi-agency development team alongside OU staff, other suppliers and OU sub-contractors;
— Be able to co-locate resources on OU sites in Milton Keynes if required;
— Work within industry best practices for modern, scalable, and highly complex Web applications that incorporate SOA middleware;
— Produce code in line with the OU’s existing software life cycle processes and industry standard tool sets in use by the OU;
— Bring value-add through continuous improvement/feedback throughout the software delivery life-cycle and tool-sets;
— Provide documentation as defined by the OU;
— Embrace and ensure on-going knowledge transfer is built into the process for OU staff (or staff nominated by the OU);
— Be able to facilitate knowledge transfer planning, execution, monitoring and performance measurement to ensure the OU can support the product in a ‘Business As Usual’ (BAU) environment;
— Deliver output based on user stories and requirements, interacting extensively with business analysts and/or product owners.
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 2
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.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per documents.
III.2.3)Technical capacity
As per documents.
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
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
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: 1.6.2015 – 14:00
Place:
Walton Hall.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Procurement Manager (or delegate) and 2 other university officers.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
The Open University
Walton Hall
MK7 6AA Milton Keynes
UNITED KINGDOM
Internet address: www.open.ac.uk
Body responsible for mediation procedures
The Open University
Walton Hall
MK7 6AA Milton Keynes
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Open University
Walton Hall
MK7 6AA Milton Keynes
UNITED KINGDOM
VI.5)Date of dispatch of this notice: