By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Framework for the Provision of Application Delivery / Application Management (ADAM) services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

The University of Manchester
Oxford Road
For the attention of: The Central Procurement Office
M13 9PL Manchester
United Kingdom
Telephone: +44 1612752160
E-mail:

Internet address(es):

General address of the contracting authority: www.manchester.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/universityofmanchester

Electronic access to information: https://in-tendhost.co.uk/universityofmanchester

Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofmanchester

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
Body governed by public law
I.3)Main activity
Education
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:
Framework for the Provision of Application Delivery / Application Management (ADAM) services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 7: Computer and related services

NUTS code UKD3

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)
The University is looking to procure a partner to enter into a Framework Agreement for the provision of application development and application management services which will initially consist of the Student Lifecycle Project but may lead to other transformational projects of a similar nature.
II.1.6)Common procurement vocabulary (CPV)

72000000, 48000000, 30211300, 72200000, 72210000, 72240000, 72220000, 72250000, 72260000, 72100000, 72400000, 72500000, 72600000

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:
There are various elements to the Student Lifecycle Project and the University will assess suppliers capability during the negotiation phases. The University reserves the right to subsequently tender for the elements subsequent deemed to be excluded from this project.
The initial Student Lifecycle Project (SLP) will require an estimated investment of c£10m over the life time of the project. Other work may arise as separate projects from the SLP but as yet these are unknown. The chosen partner will be expected to work with the University as and when these new projects are approved.
However, there is no guarantee of income under this agreement. These are estimates only and the actual spend may be less than this estimate depending upon the emerging IT Strategic plan.
II.2.2)Information about options
Options: yes
Description of these options: The University reserves the right to use the selected partner for future suitable projects during the 4 year period of contract.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
If it is considered appropriate by the University, an indemnity, guarantee, bond or other form of appropriate security may be required for contracts awarded under this arrangement.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be determined. Further details will be set out in the
Invitation to Tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The University's particular requirements will be set out in the tender documentation but it should be noted that the University reserves the right to require groupings of economic operators to take a particular legal form or to require a single operator to take primary liability for a contract to be performed by a group of economic operators or to require each party to undertake joint and several liability in respect of the entire contract irrespective of the form the grouping takes.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: In accordance with Regulation 57 of the Public Contracts Regulations 2015 as amended and as set out in the Istandard Selection Questionnaire (SQ).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: In accordance with Regulation 57 of the Public Contracts Regulations 2015 as amended and as set out in the standard Selection Questionnaire (SQ).
Minimum level(s) of standards possibly required: Information as detailed in the standard Selection Questionnaire (SQ).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information as detailed in the standard Selection Questionnaire (SQ).
Minimum level(s) of standards possibly required:
Information as detailed in the standard Selection Questionnaire (SQ).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: The University intends to invite 6 candidates to submit proposals based on the ITN on the basis of the ranking of candidates at SQ stage at which the criteria referred to in Regulation 65 of the Public Contract Regulations 2015, as amended will be assessed and marked.
In the event that candidates' scores are tied resulting in the maximum number to be shortlisted (6) being exceeded, a tiebreaker exercise will be conducted by the University. Those candidates who are tied will be separated by their scores received in the following sections (in order of precedence):
-
8.2 a ii)
What projects and programmes of a strategic nature has your organisation undertaken where your organisation has brought innovation as an investment to their future with their Client(s)? Highlight the innovative methods brought to bear and the outcomes they delivered as a result in terms of quality, time and cost.
-
8.2. a iii) - The University requires all Intellectual Property Rights (IPR) for both IT and Business artefacts created during projects and programmes to be owned by the University without attracting additional costs. Please provide examples of projects / programmes your organisation has been involved with where this is the case. Additionally please provide where your organisation has undergone Knowledge Share to their Clients whereby the Client is conversant with the solutions implemented
Providers will be asked to submit written proposals based on the ITN and bids will be evaluated using the award criteria described in the ITN and scoring matrix. The University will then invite highest scoring 3 candidates to participate in detailed negotiations.
In the event that candidates' scores are tied resulting in the maximum number to be shortlisted (3) being exceeded, a tiebreaker exercise will be conducted by the University. Those candidates who are tied will be separated by their scores received in the following sections (in order of precedence):
Appendix D - Question 6
Appendix D - Question 14
Appendix D - Question 27.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated yes
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
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
2016/1184/SLP/SD/JL
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2016/S 186-334661 of 27.9.2016

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 21.11.2016 - 09:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
21.11.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
30.11.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English. French.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 21.11.2016 - 12:30

Place:

Central Procurement Office

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: University of Manchester staff only.

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
IV: Procedure
Type of Procedure - Competitive procedure with negotiation
The dates given are a best estimate at the time of despatch.
Bidders must have a minimum turnover of GBP 40m
Further details can be found in the Memorandum of Information (MOI).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:
21.10.2016