LMU2011-0389 Shared Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

London Metropolitan University
166-220 Holloway Road
For the attention of: Strategic Procurement Unit
N7 8DB London
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: http://www.londonmet.ac.uk/strategic-procurement/info_forsuppliers/home.cfm

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: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
LMU2011-0389 Shared Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: London Metropolitan University.

NUTS code UKI

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 seeks a strategic partner who will work with us in three stages:
(i) to review the existing administrative business processes of the University, deploying proven expertise to maximise performance improvement and transform administrative processing;
(ii) to develop and deliver a shared services partnership to deliver those transformed processes to the University, delivering continuous process improvement and cost-savings for reinvestment;
(iii) subject to confirmation of the business case and the Finance Bill 2012, to develop and deliver a shared services proposition to offer to other higher education providers.
This shared services partnership will be facilitated by recent changes in VAT legislation with regard to shared service units and will take a lead in providing high quality cost-effective services to the higher education sector.
The initial contract will be for five years. The University reserves the right of the option to extend for a further three years pending reviews.
The administrative services concerned include:
- Information systems and services, providing IT infrastructure and day-to-day support to staff and students of the University,
- Registry services, providing student record maintenance from application through to award and alumnus,
- Library facilities,
- Estates, including infrastructure provision, facilities management,
- Finance, including financial record-keeping and provision of regular information for decision support,
- Procurement support,
- Planning, providing support for decision-making using multiple data sources from around the University,
- Student services, including counselling, financial advice on sources of student funding and careers advice,
- Marketing and communications support,
- Human Resources, including payroll services,
- Student recruitment support, for UK, other European Union and other international students; and,
- University Secretarial support.
If the stage (iii) shared services proposition is established, the successful tenderer may be required to become a service provider to a special purpose vehicle created by the University and any resulting contracts may be between the University's service company and the chosen service provider.
The exact scope of the administrative business processes and the preferred shared services structure will be addressed at the dialogue stage of this process.

A full list of institutions who may participate in the ensuing shared services can be found at http://www.hefce.ac.uk/unicoll/he.

II.1.6)Common procurement vocabulary (CPV)

79000000, 79210000, 79220000, 79100000, 79340000, 79400000, 79500000, 79600000, 79700000, 79800000, 79900000, 79418000, 70330000, 79520000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
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:
The University is procuring its shared services partner for itself and potentially for the benefit of other higher education establishments as listed above.
The lowest estimated contract value reflects the business case assessment of value where services are provided to the University alone, and the upper limit reflects the business case assessment of the likely maximum value of the contract in the event that there is wider participation.
Estimated value excluding VAT:
Range: between 74 000 000 and 518 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 96 (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:
Further information will be provided to those invited to dialogue.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further information will be provided to those invited to dialogue.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Prior to the award of any contract, the University reserves the right to require groupings of entities to take a particular form, or to require one party to assume primary legal liability for the services or to require that each party assumes joint and several liability. Further information will be provided to those invited to dialogue.
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: As stated in the Pre-Qualification Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As stated in the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As stated in the Pre-Qualification Questionnaire.
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
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: As set out in the Pre-Qualification Questionnaire, the invitation to participate in competitive dialogue and/or the descriptive document. The University reserves the right to conduct the dialogue in successive stages and further information will be provided to those invited to dialogue.
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:
LMU2011-0389
IV.3.2)Previous publication(s) concerning the same contract
no
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: 1.3.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
1.3.2012
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 tenders

Place:

London Metropolitan University.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Procurement & Accounts Payable Representatives.

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 are required to register and express interest via the University electronic tendering site at the following URL, registration and use of the e-tendering portal is free of charge and places suppliers under no obligation to participate: http://www.londonmet.ac.uk/strategic-procurement/info_forsuppliers/home.cfm.

The University reserves the right to amend, suspend or cancel the process at any stage, or to reduce the number of stages in the dialogue to one.
The University does not accept any liability for any costs incurred in the procurement process and dialogue (including third party costs).
Please note all final submissions must be made electronically via Intend. All submissions will be subject to the University conditions of electronic submission. Tenders, supporting documents and all payments under any contract must be priced and made in Sterling.

For further information about the University please look on the website: www.londonmet.ac.uk.

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:
1.2.2012