Supply Information Systems IT Service Management Tool
The University of Westminster wishes to transition from our existing operational support service (the tool), with some support from external organisations, and purchase a managed, cloud-based solution (Software as a Service, (SaaS).
United Kingdom-London: Software package and information systems
2015/S 237-430608
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Westminster
101 New Cavendish Street
For the attention of: Mitch Dalgleish
W1W 6XH London
UNITED KINGDOM
Telephone: +44 2079115000
E-mail: itsmtender@westminster.ac.uk
Fax: +44 2079115144
Internet address(es):
General address of the contracting authority: www.westminster.ac.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
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
Main site or location of works, place of delivery or of performance: London.
NUTS code UKI
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
This service must be robust, reliable, and secure, and have appropriate service level guarantees. The tool must support straightforward, flexible reporting in order to measure the success of the ITIL process implementation and the quality of the service provided by IS. The overall transition away from the existing tool (the first phase) must be completed by July 2016.
This project is responsible for providing the underpinning technology to support the implementation and ongoing operation and management of ITIL processes in Information Services (IS). The initial focus will be for the tool to support Incident, Problem, Change (including Service Introduction), Service Catalogue Management, Request Fulfilment and customer Self-Service capabilities. We intend in the future to implement further capabilities, such as Knowledgebase, CMDB, Service Level, Task, Resource and Demand Management.
Other processes will follow in subsequent phases of this project, therefore the solution must include capabilities for CMDB, Release Management etc.
The University also has a long term aim of providing a shared Service Desk so that IS can work more closely with colleagues in other departments (such as Finance, HR and Estates) in responding to customer needs. We therefore require a tool that can provide basic ticketing and workflow capabilities for queues that sit outside of the ITIL rule-set. It is also desired that integration facilities are in place such that the tool selected can operate as an initial triage layer in conjunction with other ticketing systems underlying specialist tools (such as those commonly found as part of Facilities Management Software).
Note: the purpose of this tender is primarily tool focused, to replace the current tool (OTRS) and provide the capabilities to support ITIL process implementation, not to implement processes, that is the responsibility of the internal project.
II.1.6)Common procurement vocabulary (CPV)
48000000
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:
This service must be robust, reliable, and secure, and have appropriate service level guarantees. The tool must support straightforward, flexible reporting in order to measure the success of the ITIL process implementation and the quality of the service provided by IS. The overall transition away from the existing tool (the first phase) must be completed by July 2016.
This project is responsible for providing the underpinning technology to support the implementation and ongoing operation and management of ITIL processes in Information Services (IS). The initial focus will be for the tool to support Incident, Problem, Change (including Service Introduction), Service Catalogue Management, Request Fulfilment and customer Self-Service capabilities. We intend in the future to implement further capabilities, such as Knowledge-base, CMDB, Service Level, Task, Resource and Demand Management.
Other processes will follow in subsequent phases of this project, therefore the solution must include capabilities for CMDB, Release Management etc.
The University also has a long term aim of providing a shared Service Desk so that IS can work more closely with colleagues in other departments (such as Finance, HR and Estates) in responding to customer needs. We therefore require a tool that can provide basic ticketing and work-flow capabilities for queues that sit outside of the ITIL rule-set. It is also desired that integration facilities are in place such that the tool selected can operate as an initial triage layer in conjunction with other ticketing systems underlying specialist tools (such as those commonly found as part of Facilities Management Software).
Note: the purpose of this tender is primarily tool focused, to replace the current tool (OTRS) and provide the capabilities to support ITIL process implementation, not to implement processes, that is the responsibility of the internal project.
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.1.1)Deposits and guarantees required:
III.1.4)Other particular conditions
Description of particular conditions: A demonstration of software capability to support required processes i.e. initial configuration and testing of the products), subsequent implementation of system(s) and software maintenance.
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: Companies wishing to bid for this requirement will be required to satisfactorily complete the University’s pre-qualification questionnaire available on request to itsmtender@westminster.ac.uk
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Companies wishing to bid for this requirement will be required to satisfactorily complete the University’s pre-qualification questionnaire available on request to itsmtender@westminster.ac.uk
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Companies wishing to bid for this requirement will be required to satisfactorily complete the University’s pre-qualification questionnaire available on request to itsmtender@westminster.ac.uk
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
Objective criteria for choosing the limited number of candidates: The evaluation criteria as set out in the PQQ: Preliminary/Compliance, Economic and Financial Standing = Pass/Fail; Legal Competence =15 %; Technical Capacity=75 %; Health and Safety=10 %.
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.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
University of Westminster
101 New Cavendish Street
W1W 6XH London
UNITED KINGDOM
E-mail: itsmtender@westminster.ac.uk
Telephone: +44 79115000
Internet address: http://www.westminster.ac.uk
Fax: +44 79115144
VI.5)Date of dispatch of this notice: