Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Liverpool John Moores University
Liverpool John Moores University
Liverpool
UK
E-mail: k.l.houghton@ljmu.ac.uk
NUTS: UKD72
Internet address(es)
Main address: www.ljmu.ac.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/ljmu/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/ljmu/aspx/Home
I.4) Type of the contracting authority
Other: Higher Education
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Oracle Application Services
Reference number: LJMU 2410
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.1.4) Short description
Liverpool John Moores University (LJMU) is seeking a partner to provide a range of support and development services for our Oracle-based applications, which consist of our Student Information System (SIS) (which uses Oracle's PeopleSoft Campus Solutions product) and Staff Infobase (aka EBS) (which uses Oracle E-Business suite R12.2).
• The Student Information System underpins the full student lifecycle from recruitment and admissions, to enrolment, examinations, results, progression, and graduation. It is the single source of truth for core student information and provides data to many other systems and services for operational and reporting purposes. It is arguably the most important system within LJMU.
• Staff Infobase underpins our employee HR system and our Finance and Procurement processes. It is embedded within the working practises of all roles and is integrated with multiple systems and platforms, making it another key system for the university.
Consequently, the University is seeking a partner with extensive functional and technical experience of both the PeopleSoft Campus Solutions product and Oracle EBusiness Suite to work collaboratively with LJMU technical and business teams to support and develop the platforms. This will be for a multi-year support and development arrangement. It is essential that partners can demonstrate proven, credible experience with the Campus Solutions product within a UK HE establishment (and provide references for this) as part of their submission, as well as credible public sector-level experience of supporting the Oracle E-Business Suite of applications.
In addition, the university requires a consultancy exercise to inform us on the feasibility, technical challenges, and costs (one off and on-going) of a migration exercise of the on-premises Oracle infrastructure which supports both products to a cloud-based platform, which IT Services will then run and maintain within an IaaS model
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72000000
II.2.3) Place of performance
NUTS code:
UKD7
Main site or place of performance:
Liverpool
II.2.4) Description of the procurement
as per tender pack
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 84
This contract is subject to renewal: No
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
II.2.14) Additional information
Please do not make direct contact with the Buyer.
All correspondence pertaining to this tender must be placed via In-tend
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
as per tender pack
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/06/2024
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/06/2024
Local time: 13:00
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.4) Procedures for review
VI.4.1) Review body
The Cabinet Office
London
UK
VI.5) Date of dispatch of this notice
15/05/2024