SAP Skills Framework
There are five lots defined: Lot 1. Assurance Services. Lot 2. Planning and Consolidations System Design and Implementation (SAP Business Planning and Consolidations – BPC). Lot 3 Local Area SAP Accounting setup for Multiple Jurisdications (Tax and Status).
United Kingdom-London: Programming services of packaged software products
2013/S 214-372465
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
British Council
10 Spring Gardens
For the attention of: Ged Charles
SW1A 2BN London
UNITED KINGDOM
E-mail: ged.charles@britishcouncil.org
Internet address(es):
General address of the contracting authority: www.britishcouncil.org
Address of the buyer profile: https://in-tendhost.co.uk/britishcouncil
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)
Section II: Object of the contract
Service category No 7: Computer and related services
Main site or location of works, place of delivery or of performance: UK and India.
NUTS code
Duration of the framework agreement
Duration in years: 2
The SAP Global Finance Change Programme Requirements
The implementation of the GFCP Programme will require a variety of skills in a number of the different project areas outlined earlier in this document. Requirements in some areas have been determined, whilst there are other areas where requirements are still to be confirmed.
It has therefore been decided to divide the various requirements into 5 lots. Suppliers are welcome to bid for one or more of these lots and, for Lots 1 to 4, submit a fixed price for the services stated. We are looking to appoint one supplier for each of Lots 1 to 4.
For Lot 5 there will be requirements for a range of SAP Application and Technical skills both to support the GCFP project teams with design, development and implementation of solutions and to maintain and enhance the systems as they transition to service and support.
The Lots
There are five lots defined:
Lot 1. Assurance Services.
Lot 2. Planning and Consolidations System Design and Implementation (SAP Business Planning and Consolidations – BPC)
Lot 3 Local Area SAP Accounting setup for Multiple Jurisdications (Tax and Status)
Lot 4 Optical Character Recognition (OCR). Design, Development and Implementation of the OCR solution.
Lot 5 General SAP (Application and Technical).
72210000
Tenders may be submitted for one or more lots
The implementation of the GFCP Programme will require a variety of skills in a number of the different project areas outlined earlier in this document. Requirements in some areas have been determined, whilst there are other areas where requirements are still to be confirmed.
It has therefore been decided to divide the various requirements into 5 lots. Suppliers are welcome to bid for one or more of these lots and, for Lots 1 to 4, submit a fixed price for the services stated. We are looking to appoint one supplier for each of Lots 1 to 4.
For Lot 5 there will be requirements for a range of SAP Application and Technical skills both to support the GCFP project teams with design, development and implementation of solutions and to maintain and enhance the systems as they transition to service and support. Detailed requirements for this Lot are yet to be confirmed. For this reason the Lot has been further subdivided into a matrix of skills. Suppliers who wish to bid for any or all of the sublots listed are invited to indicate this in their response by completed the skills matrix table in that lot. Please note that it is not expected that all suppliers will indicate capability in all the skill areas. Suppliers will not be excluded from consideration if they are unable to show capability in all areas. We envisage a framework of no more than 10 suppliers for Lot 5.
The contract awarded will be for a period of 2 years with an option for annual extension for up to an additional 2 years under the same terms and conditions.
Section III: Legal, economic, financial and technical information
(b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and 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 ay means which the contracting authorities can demonstrate;
(e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) Has been the subject of a conviction for participation in a criminal organisation as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) Has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering
Information and formalities necessary for evaluating if the requirements are met: Means of proof required. These conditions are outlined in the online questionnaire. All completed online questionnaires should be submitted to the relevant section on https://in-tendhost.co.uk/britishcouncil
Means of proof required. These conditions are outlined in the online questionnaire. All completed online questionnaires should be submitted to the relevant section on https://in-tendhost.co.uk/britishcouncil
Section IV: Procedure
Prior information notice
Notice number in the OJEU: 2013/S 160-279498 of 20.8.2013
Section VI: Complementary information
Suppliers will be required to register with https://in-tendhost.co.uk/britishcouncil to take part in the tender process.
Once registered, contractors must re-enter the site, go to their tenders and download the relevant documents, complete it and upload it. Instructions can be downloaded from https://in-tendhost.co.uk/britishcouncil .
Means of proof required. These conditions are outlined in the documents. All completed documents should be submitted to the relevant section on https://in-tendhost.co.uk/britishcouncil
The Public Contracts Regulations 2006 (SI 2006 No 5)/Utilities Contracts Regulations (SI 2005 No 6) (delete as appropriate) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice:31.10.2013