Supply Integrated Finance HR and Payroll Suite
The University of Birmingham wishes to establish a contract with a company for the provision, implementation and ongoing support and maintenance of a fully integrated Finance, Human Resources and Payroll Suite.
United Kingdom-Birmingham: IT services: consulting, software development, Internet and support
2015/S 108-196486
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Birmingham
Edgbaston
Contact point(s): University of Birmingham
For the attention of: Allison Robertson
B15 2TT Birmingham
UNITED KINGDOM
Telephone: +44 1214158806
E-mail: procurement@bham.ac.uk
Internet address(es):
General address of the contracting authority: http://www.bham.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/universityofbirmingham
Electronic access to information: https://in-tendhost.co.uk/universityofbirmingham
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofbirmingham
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 UKG3
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)
The University has ambitious plans to be a leading global university. In order to achieve this it needs modern, flexible systems that support efficient processes, effective decision making and provide meaningful management information. The proposed replacement of its core HR, Payroll and Finance systems presents the opportunity to substantially re-design core business processes and acts as a catalyst for broader change in how the University operates. This provides scope for efficiency savings and improved resource allocation towards key priority areas.
Replacement of HR/Payroll and Finance systems will create a new platform and key business processes to support the University over the next 10-15 years. The new systems, supported by business process re-engineering, will deliver more efficient and effective processes, that are more responsive to changing legislation, offer enhanced flexibility to meet user needs and be technologically more resilient. These new processes and improved use of technology will require less administrative support, therefore reducing cost and enabling resources to be re-deployed.
II.1.6)Common procurement vocabulary (CPV)
72000000, 48000000, 48440000, 48450000, 48490000, 48430000
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:
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.1.2)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
Description of particular conditions:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As detailed in the pre-qualification questionnaire.
III.2.3)Technical capacity
As detailed in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required:
As detailed in the pre-qualification questionnaire.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
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: yes
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
Other: English.
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
not applicable
UNITED KINGDOM
Body responsible for mediation procedures
not applicable
UNITED KINGDOM
VI.4.3)Service from which information about the lodging of appeals may be obtained
not applicable
UNITED KINGDOM
VI.5)Date of dispatch of this notice: