Section one: Contracting authority
one.1) Name and addresses
Liverpool John Moores University
Liverpool
Country
United Kingdom
Region code
UKD72 - Liverpool
Charity Commission (England and Wales)
Liverpool John Moores University
Internet address(es)
Main address
one.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 above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/ljmu/aspx/Home
one.4) Type of the contracting authority
Other type
Higher Education
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Oracle Application Services
Reference number
LJMU 2410
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.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
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
two.2.3) Place of performance
NUTS codes
- UKD7 - Merseyside
Main site or place of performance
Liverpool
two.2.4) Description of the procurement
as per tender pack
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
84
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 June 2024
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 June 2024
Local time
1:00pm
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.4) Procedures for review
six.4.1) Review body
The Cabinet Office
London
Country
United Kingdom