Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of ERP Migration Services

  • First published: 07 April 2025
  • Last modified: 07 April 2025
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04f7d5
Published by:
University of Strathclyde
Authority ID:
AA20484
Publication date:
07 April 2025
Deadline date:
28 April 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The University of Strathclyde is seeking to contract with a Unit 4 "Elite" or "Premier" Partner to provide a managed service to develop and support an SQL server interim platform (phase 1) for the University's Financial systems and then perform a key support role for Phase 2 to migrate to Unit4 Cloud. This will involve working with the University IT and Finance teams who currently support the on-premises solution.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Strathclyde

Learning & Teaching Building, 49 Richmond Street

Glasgow

G1 1XU

UK

Contact person: Nicholas Nixon

Telephone: +44 7811592949

E-mail: nicholas.nixon@strath.ac.uk

NUTS: UKM82

Internet address(es)

Main address: http://www.strath.ac.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of ERP Migration Services

Reference number: UOS-35147-2024

II.1.2) Main CPV code

72266000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The University of Strathclyde is seeking to contract with a Unit 4 "Elite" or "Premier" Partner to provide a managed service to develop and support an SQL server interim platform (phase 1) for the University's Financial systems and then perform a key support role for Phase 2 to migrate to Unit4 Cloud. This will involve working with the University IT and Finance teams who currently support the on-premises solution.

II.1.5) Estimated total value

Value excluding VAT: 222 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

72266000

72000000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

University of Strathclyde

II.2.4) Description of the procurement

The University of Strathclyde (UoS) is embarking on a project to migrate it's on premise Oracle19 based Unit 4 Business World Finance Milestone 7 to Unit4 Cloud ERP (CR) over a 2 stage process.

The University of Strathclyde is seeking to contract with a Unit 4 "Elite" or "Premier" Partner to provide a managed service to develop and support a Microsoft SQL server interim platform (phase 1) for the University's Financial systems and then perform a key support role for Phase 2 to migrate to Unit4 ERP CR Cloud. This will involve working with the University IT and Finance teams who currently support the on-premises solution.

Phase 1 :To setup, migrate and support the transition of Milestone 7 and related modules to Microsoft SQL server as an overall managed service for approximately 18 months.

Phase 2: To migrate from the interim Microsoft SQL server solution to Unit4's ERP CR Cloud based platform

For phase 1: to set up the interim Microsoft SQL server solution this will involve

Working directly with UoS IT teams, set up and installation of an interim Microsoft SQL server database platform for Milestone 7. This will be on-premises within the University. 3 environments are needed for Test, Production and Training. This will serve Finance and Estates modules.

Migration and testing of the on-premises data and business applications to the interim Microsoft SQL server platform including working with UoS team for data integrations and interfaces.

After go live, provide a managed service for support of the application for any major issues with the application/servers/database including performance, systems outage and patching e.g. for security issues.

Upgrade of Milestone 7 v9 to the latest version prior to migration to the Unit 4 ERP CR Cloud solution.

To perform a role on the project board to report contractor's progress and issues.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 18

This contract is subject to renewal: Yes

Description of renewals:

Two, one-year optional extensions.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

4B 1.1 Turnover

Bidders will be required to have a general yearly turnover of a minimum of 440k GBP for the last 3 (three) years.


Minimum level(s) of standards required:

4B.5.1- 4B5.3 Insurances

It is a requirement of this Contract that bidders can hold or commit to obtain prior to the commencement of any subsequently awarded Contract, the types of insurance indicated below:

The Contractor shall maintain in force with reputable insurers (respect of any one incident and unlimited as to numbers of claims)

Employer’s (Compulsory) Liability Insurance = 10m GBP

Public and Product Liability Insurance = 5m GBP

Professional Risk Indemnity Insurance = 2m GBP

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1.2 Previous Experience

Bidders will be required to provide examples within the last 3 years of a similar migration project, particularly addressing the points below:

-Oracle 19 database to Microsoft SQL server database conversions related to Unit4 applications and use of migration tools.

-Upgrading Unit4 ERP Milestone 7 to the latest version.

-Provision of Database Support, software patching and help line services for customers

-Migrating to Unit4 ERP CR Cloud solutions.

-Migrating all data for Unit4 modules to the Unit4 cloud all finance modules including Field Force.

Communication with Unit4 to enable smooth transition process


Minimum level(s) of standards required:

ISO 27001: Information Security Management System (ISMS). (or equivalent)

ISO/IEC 22301:2019: Business Continuity Management Systems. (or equivalent)

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please see Invitation To Tender Document in PCS-T

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 28/04/2025

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 28/04/2025

Local time: 13:00

Place:

University of Strathclyde

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT. The Project code is *****. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Please note within PCS-T there are mandatory questions relating to Information Security and Quality Assurance Systems.

Please note, within PCS-T there are Mandatory Pass/Fail questions relating to the Specification of Requirements.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Voluntary Approach

The Contracting Authority acknowledges that its procurement activities have a significant impact on the environment, society and the economy.

The Contracting Authority recognises that community benefits are a key component in maximising social, economic and environmental benefits. The achievements and delivery of community benefits can contribute to the University of Strathclyde’s Strategic Plan.

The Contracting Authority proposes to use a Voluntary Approach to Community Benefits for this requirement; this approach is to encourage the Tenderer to offer Community Benefits post Tender Submission. These will not form part of the contractual obligation and will not form part of the considerations at Tender evaluation stage.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28876. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community Benefits

The Contracting Authority recognises that community benefits are a key component in maximising social, economic and environmental benefits. The achievements and delivery of community benefits can contribute to the University of Strathclyde’s Strategic Plan, “Strathclyde 2030”.

The Contract will include community benefits as defined under Section 24 – Community Benefit Requirements, of the Procurement Reform (Scotland) Act 2014.

The University will use a voluntary approach to Community Benefits for this contract. The Tenderer will be required to submit a response to the Community Benefits Table contained in the Technical Envelope within PCS-Tender.

In addition to this, the Tenderer will be required to submit a method statement in support of the Community Benefits Table to explain how the Community Benefits included as part their bid will be delivered.

(SC Ref:794093)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI2015/446) (as amended) may bring proceedings to the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice

24/03/2025

Coding

Commodity categories

ID Title Parent category
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72266000 Software consultancy services Software-related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
nicholas.nixon@strath.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.