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 Award Notice

Oracle Finance Project

  • First published: 23 February 2021
  • Last modified: 23 February 2021

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)

Contents

Summary

OCID:
Published by:
The University of Manchester
Authority ID:
AA20031
Publication date:
23 February 2021
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

We are seeking to appoint an Oracle implementation partner to assist the University to move from version v12.1.3 to v12.2.8 (or later). The appointment of an experienced partner will ensure the University is fully able to adopt and exploit the opportunities presented from this transition.

The University has a clear vision and has identified a range of benefits that it expects to delivery from this project. The partner is expected to understand both of these and ensure that their proposal to support the re-implementation focuses on delivering these as part of the technical solution.

Our Vision is to use the Oracle re-implementation to improve the support provided to the University by increasing automation, simplifying and standardising what we do and reducing manual interventions in routine processes freeing up staff time for value added activities.

Specifically our vision is to:

— to provide the University with a fit for purpose finance system able to meet challenges facing the business,

— to improve reporting and controls made possible by a new ledger structure and chart of accounts, specifically:

— to enable ‘fit for purpose’ reporting and management information to be produced efficiently, including statistical information,

— to enable external as well as internal reporting requirements to be met in an automated way, including VAT and tax reporting,

— to enable the business to undertake effective budget and planning activities, including scenario planning and modelling, in an agile manner,

— to support budget holders at an appropriate level, e.g. detailed reporting on projects and grants being driven directly to budget holders and PI’s, while heads of cost centres or profit centres receive higher level, regular reporting on their areas to enable effective management of these areas,

— to enable better financial management of types of activities, including profitability reporting on courses, accommodation etc.,

— to achieve improved financial controls by use of automated workflows for approvals and reporting,

— to enable efficient, automated transaction processing,

— to achieve some consolidation of the IT landscape (including moving from a single company to a multi company configuration) and a reduced number of systems to support resulting in reduced support costs for systems and interfaces and robust, well supported interfaces.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The University of Manchester

Oxford Road

Manchester

M13 9PL

UK

Telephone: +44 1612752160

E-mail: procurement@manchester.ac.uk

NUTS: UKD3

Internet address(es)

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

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

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

Oracle Finance Project

Reference number: 2020/1735/Oracle/RF/JL

II.1.2) Main CPV code

72000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

We are seeking to appoint an Oracle implementation partner to assist the University to move from version v12.1.3 to v12.2.8 (or later) on 1 August 2022. The project comprises the following elements:

— re-implementation of the Oracle Financials software moving from version 12.1.3 to 12.2.8 (or later),

— the creation of a new Chart of Accounts,

— re-engineering of core Finance processes to support implementation of new chart of accounts,

— the redevelopment of interfaces into and out of Oracle Financials, which may be required to support changes to the chart of accounts,

— implementation of any required changes to data, data structures and functionality of applications integrated with Oracle Financials,

— re-engineering of non-Finance processes to support above change,

— consideration of opportunities to configure the software to improve processes and realise demonstrable business benefits.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 4 000 000.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

48451000

72261000

48000000

72227000

72266000

II.2.3) Place of performance

NUTS code:

UKD3


Main site or place of performance:

The University of Manchester.

II.2.4) Description of the procurement

We are seeking to appoint an Oracle implementation partner to assist the University to move from version v12.1.3 to v12.2.8 (or later). The appointment of an experienced partner will ensure the University is fully able to adopt and exploit the opportunities presented from this transition.

The University has a clear vision and has identified a range of benefits that it expects to delivery from this project. The partner is expected to understand both of these and ensure that their proposal to support the re-implementation focuses on delivering these as part of the technical solution.

Our Vision is to use the Oracle re-implementation to improve the support provided to the University by increasing automation, simplifying and standardising what we do and reducing manual interventions in routine processes freeing up staff time for value added activities.

Specifically our vision is to:

— to provide the University with a fit for purpose finance system able to meet challenges facing the business,

— to improve reporting and controls made possible by a new ledger structure and chart of accounts, specifically:

— to enable ‘fit for purpose’ reporting and management information to be produced efficiently, including statistical information,

— to enable external as well as internal reporting requirements to be met in an automated way, including VAT and tax reporting,

— to enable the business to undertake effective budget and planning activities, including scenario planning and modelling, in an agile manner,

— to support budget holders at an appropriate level, e.g. detailed reporting on projects and grants being driven directly to budget holders and PI’s, while heads of cost centres or profit centres receive higher level, regular reporting on their areas to enable effective management of these areas,

— to enable better financial management of types of activities, including profitability reporting on courses, accommodation etc.,

— to achieve improved financial controls by use of automated workflows for approvals and reporting,

— to enable efficient, automated transaction processing,

— to achieve some consolidation of the IT landscape (including moving from a single company to a multi company configuration) and a reduced number of systems to support resulting in reduced support costs for systems and interfaces and robust, well supported interfaces.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Cost criterion: Cost / Weighting: 30

II.2.11) Information about options

Options: Yes

Description of options:

Option to extend the contract for a further 1 year period.

II.2.13) Information about European Union funds

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

II.2.14) Additional information

The figures given are an estimate only of the total value of the project and should not be taken as a guarantee of income.

Estimated value excluding VAT:

Range: between GBP 2 500 000 and 4 000 000.

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2020/S 224-552011

Section V: Award of contract

Title: Oracle Finance Project

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

15/02/2021

V.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 9

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

TATA CONSULTANCY SERVICES LIMITED

18 Grosvenor Place

London

SW1X 7HS

UK

NUTS: UKI

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 4 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

All interested candidates should request a copy of the tender pack using the address set out in I.1 above, and before the deadline set out in IV.2.2

The initial contract period is 24 months with the option of a further 12 month period

References provided in Section 6 of the SQ MUST be relevant to the value stated in this notice and clearly demonstrate previous experience in the requirements outlined in the tender documentation.

All candidates must demonstrate that they have a minimum turnover of £4m and provide evidence to this effect.

The University requires the partner to have:

• Significant experience of Oracle, ideally experience of 12.2.8, and a track record of assisting organisations with successful system re-implementation’s and;

• Significant experience in the modules (as set out in the tender documentation) which are currently in use and which we wish to adopt, and;

• Understanding of possible changes to existing business processes associated with the update of the chart of accounts, to allow the university to re-design these in a manner that delivers maximum gains from any change;

• Advise on areas where the University lacks existing experience, including:

— The best approaches for achieving a multi-company structure and delivering not only effective transactional processing between companies, but single and group entity reporting, including processing the accounting eliminations for simple and more complex transactions;

— The best means of ensuring that VAT is accurately captured within the various modules, across the range of our activities to provide confidence and facilitate required reporting;

— The set-up and management of fixed assets within the system.

— The implementation of planning and budgeting software (e.g. Oracle PBCS) alongside the EBS system in order to maximise the benefits for the University

• Advice on configuration of the software to comply with the requirements of the GDPR and exemplify best business practice for data security

• Access to the range of experienced and qualified personnel we require to deliver this re-implementation as set out elsewhere in this ITT.

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice of England

Strand

London

WC2A 2LL

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland).Any such action must generally be brought within three months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice

18/02/2021

Coding

Commodity categories

ID Title Parent category
48451000 Enterprise resource planning software package Time accounting or human resources software package
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72266000 Software consultancy services Software-related services
72227000 Software integration consultancy services Systems and technical consultancy services
48000000 Software package and information systems Computer and Related Services
72261000 Software support 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:
procurement@manchester.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.