Oracle E-Business Suite Automation
PQQ to supply software solution to automate the AP process in Oracle E-Business Suite.
United Kingdom-Uxbridge: Automation system
2014/S 072-124346
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
London Borough of Hillingdon
4N/04 Civic Centre, High Street
For the attention of: Jo Allen
UB8 1UW Uxbridge
UNITED KINGDOM
Telephone: +44 1895558232
E-mail: jallen4@hillingdon.gov.uk
Internet address(es):
General address of the contracting authority: www.hillingdon.gov.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
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
PQQ to supply software solution to automate the AP process in Oracle E-Business Suite.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UKI23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Automation system. Industry specific software package. Financial systems software package. LBH currently use the purchase to pay process within Oracle E-Business Suite (11.5.10). While this allows us to automate a large part of our processing, we are now looking to eliminate the remaining manual processes providing us with complete end to end automation to match our move to Oracle R12.
End to end processing would include the capture of all in-coming creditor documents, regardless of format or method of submission, and include them in a workflow for matching against Oracle data. Exceptions or fails would be managed within the software workflow outside of the Oracle E-Business Suite.
We also require a functionality which allows end users to retrieve a copy of documents from within the Oracle E-Business Suite.
II.1.6)Common procurement vocabulary (CPV)
48921000, 48100000, 48442000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please refer to online documents for clarification.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants are required to complete a pre-qualification questionnaire (PQQ) in accordance with the provisions of Article 45 of the Consolidated Directive 2004/18/EC.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the PQQ.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
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)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
IV.3)Administrative information
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
IV.3.4)Time limit for receipt of tenders or requests to participate
9.5.2014 – 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on supplyinglondon.com
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: C38JN73N5X.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is Midday 9th May. Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any technical difficulties please contact the SupplyingLondon Helpdesk on call +44 8452707050 or email
helpdesk@supplyinglondon.com
The Contracting Authority reserves the right not to award any contract pursuant to this procurement exercise and / or to abandon this procurement exercise at any time and / or to aware a contract for part of the services at its sole discretion. The Contracting Authority shall have no liability what so ever to any applicant or tenderer as a result of its exercise or that discretion. for the avoidance of doubt, all costs incurred by any applicant and / or tenderer before signature of any contract with the Contracting Authority shall be incurred entirely at the applicants/tenderers risk. GO Reference: GO-201447-PRO-5587161
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
High Court of England and Wales, Royal Courts of Justice
Strand
WC1A 2LL London
Internet address: 4N/04 Civic Centre
Body responsible for mediation procedures
London Borough of Hillingdon
High Street
UB8 1UW Uxbridge
UNITED KINGDOM
E-mail: jallen4@hillingdon.gov.uk
Telephone: +44 1895558232
Internet address: www.hillingdon.gov.uk
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:7.4.2014