Microsoft Power BI Implementation Partner for Liverpool John Moores University
LJMU wish to establish a single source Framework for a Microsoft Power BI implementation partner for a period of 4 years.
United Kingdom-Liverpool: Systems and technical consultancy services
2019/S 046-105858
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Exchange Station, Tithebarne St, Liverpool L2 2QP
Liverpool
L2 2QP
United Kingdom
Contact person: Kathryn Houghton
E-mail: k.l.houghton@ljmu.ac.uk
NUTS code: UKD72
Address of the buyer profile: https://in-tendhost.co.uk/ljmu
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Single Source Framework Agreement — for Microsoft Power BI (Data Warehouse and Reporting)
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
LJMU wish to establish a single source framework for a Microsoft Power BI implementation partner for a period of 4 years.
There is an initial known project, which is a definite requirement once this framework is established, which is the migration of the University’s Finance and HR reporting from Oracle Discoverer to Microsoft Power BI, including the build and delivery of a data warehouse
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
LJMU wish to establish a single source framework for a Microsoft Power BI implementation partner.
There is an initial definite project, once this framework is established, which is the migration of the University’s Finance and HR reporting from Oracle Discoverer to Microsoft Power BI, including the build and delivery of a data warehouse.
Please note, beyond this initial project, LJMU do not guarantee any further revenue under this framework, however if we do have any further projects that require migrating to this reporting tool, we will allocate to the successful bidder (subject to the pricing being realistic and sustainable)
Future projects could include
— recruitment and admissions,
— events,
— accreditation and regulatory reporting, e.g. the Research Excellence Framework (REF),
— Athena Swan,
— workload allocation.
Please note these are not guaranteed, as is subject to budgets and internal resource.
Power BI is already an established reporting tool at the university, therefore there is no requirement to install and configure the new solution. The winning bidder will be required to work with in-house specialists to design and build a data warehouse based on Finance and HR data models in the Oracle E-Business Suite, in addition to building/migrating operational and management reports.
The successful company will be expected to deliver the following service against this initial project:
— project management,
— requirements gathering/analysis of current reporting landscape,
— solution design,
— build of integrated data warehouse,
— implementation of a security model,
— migration and build of key finance and HR reports,
— quality analysis/testing.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As per the tender documents — those who achieve the highest scores from the SQ.
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
All bidders must register on Intend to access the documents. All queries pertaining to the tender must be submitted via Intend.
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.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The SQ is available to be downloaded until 12 noon on 28.3.2019. Closing date for the SQ is 12 noon 3.4.2019.
VI.4.1)Review body
Liverpool
United Kingdom
VI.4.2)Body responsible for mediation procedures
Liverpool
United Kingdom
VI.5)Date of dispatch of this notice: