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