Section one: Contracting authority
one.1) Name and addresses
University of Strathclyde
Learning & Teaching Building, 49 Richmond Street
Glasgow
G1 1XU
Contact
Nicholas Nixon
Telephone
+44 7811592949
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of ERP Migration Services
Reference number
UOS-35147-2024
two.1.2) Main CPV code
- 72266000 - Software consultancy services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £222,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72266000 - Software consultancy services
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
University of Strathclyde
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.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.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 possibly 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
three.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 possibly required
ISO 27001: Information Security Management System (ISMS). (or equivalent)
ISO/IEC 22301:2019: Business Continuity Management Systems. (or equivalent)
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please see Invitation To Tender Document in PCS-T
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 April 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
28 April 2025
Local time
1:00pm
Place
University of Strathclyde
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.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)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.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.