Contract notice - utilities

Information

Published

Date of dispatch of this notice: 15/05/2015

Expire date: 18/06/2015

External Reference: 2015-553351

TED Reference: 2015/S 096-174659

Contract notice - utilities

Contract notice

Utilities

Directive 2004/17/EC

Services

Section I: Contracting entity

I.1)

Name, addresses and contact point(s)

An Post
N/A
General Post Office
O'Connell Street  Dublin
IE
Contact point(s): Geraldine Donnelly
For the attention of: Geraldine Donnelly
Telephone: +353 17058250
E-mail: geraldine.donnelly@anpost.ie
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Main activity

  • Postal services
I.3)

Contract award on behalf of other contracting entities

The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting entity:

JD Edwards ERP System Upgrade and Associated Enhancements

II.1.2)

Type of contract and location of works, place of delivery or of performance

Services
    Category No7:  Computer and related services
    Main site or location of works, place of delivery or of performance:

    Dublin

    NUTS code
    IRELAND
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves the establishment of a framework agreement
    II.1.4)

    Information on framework agreement

    Framework agreement with a single operator
    Duration of the framework agreement
    Duration in years: 3
    Justification for a framework agreement, the duration of which exceeds four years: 
    Estimated total value of purchases for the entire duration of the framework agreement
    II.1.5)

    Short description of the contract or purchase(s)

    An Post is seeking to enter into a Framework Agreement for a period of 3 years

    with an option to extend for a further 2 years to meet its requirements for

    implementation of a planned upgrade of An Posts existing JD Edwards ERP

    system and associated enhancements beyond the initial upgrade.

    The JD Edwards implementation in An Post includes the following modules: Sales

    Order Processing, Accounts Receivable, Purchase Order Processing, Accounts

    Payable, Inventory, General Ledger and Fixed Assets plus other custom and

    interfaces that have been developed over the years.

    Where reference is made to any brand name or proprietary product or service,

    this is for reference purposes only and should be interpreted to be accompanied

    by the words, “or equivalent”.

    An Post use JDE Version 8.12 (tools 8.98.4.11) and will upgrade to the current

    release (9.1 or 9.2) in order to maximise support lifetime of the the upgraded

    solution (incl. JDE, Windows OS, Oracle DB, Weblogic, Oracle Access Manager)

    and to take advantage of some of the enhancements offered in the current version

    including functional, technical and other enhancements.

    The JDE technical upgrade will involve the following development/support

    services for the duration of the project (in conjunction with in-house technical

    staff):-

    • Infrastructure design and implementation. (VMware servers, Weblogic,

    Oracle Access Manager, Single Signon, etc.)

    • CNC Services (upgrading JDE, configuring web, enterprise, DB and SSO

    servers, etc.)

    • Functional Support (assist with functional changes that impact the installed

    functionality, assist with system testing)

    • Retrofitting Development. Re-apply the custom modifications from the old

    objects (approx 230) to the new objects

    • Production Upgrade and Go-Live Support (several trial runs required before

    the cutover, support over the first month-end)

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    72000000   IT services: consulting, software development, Internet and support
    Supplementary vocabulary
    48451000   Enterprise resource planning software package
    72212451   Enterprise resource planning software development services
    72260000   Software-related services
    72261000   Software support services
    72262000   Software development services
    72263000   Software implementation services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  no
    II.1.8)

    Information about lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    An Post JD Edwards ERP System Upgrade & Associated Enhancements Prequalification

    RFT REF: 95303

    An Post, established in 1984, operates the National Postal Service, along with an array of money transmission, savings and retail services throughout Ireland. In addition, An Post provides agency services for Government Departments and other bodies.

    As a national service provider, An Post services over one million delivery addresses daily and in excess of 1.7 million customers each week through 1,100 retail Post Office outlets nationwide. An Post has an annual turnover in excess of €800 Million.

    The An Post group includes a number of subsidiaries and associated companies including One Direct, PostPoint, An Post BillPost Processing Services Limited, Post Consult International Limited, PrintPost Limited, An Post Direct Management Services Limited and The Prize Bond Company Limited.

    An Post is seeking to enter into a Framework Agreement for a period of 3 years with an option to extend for a further 2 years to meet its requirements for implementation of a planned upgrade of An Posts existing JD Edwards ERP system and associated enhancements beyond the initial upgrade.

    Please note that throughout the term of the Framework that services may be required by other departments of the An Post group including its subsidiaries and associated companies that have not been referred to specifically in this document.

    Where reference is made to any brand name or proprietary product or service, this is for reference purposes only and should be interpreted to be accompanied by the words, “or equivalent”.

    Any potential conflict of interest must be disclosed by the prospective tenderer, including any factor such as the supply of similar services to clients, or relationships which could affect the ability of your organisation, its agents, employees or subcontractors to deliver the work as specified, whether arising through personal interest, current or prospective contractual obligations or any other activity or association.

    Background

    The JD Edwards implementation in An Post includes the following modules: Sales Order Processing, Accounts Receivable, Purchase Order Processing, Accounts Payable, Inventory, General Ledger and Fixed Assets plus other custom and interfaces that have been developed over the years.

    An Post use JDE Version 8.12 (tools 8.98.4.11) and will upgrade to the current release (9.1 or 9.2) in order to maximise support lifetime of the the upgraded solution (incl. JDE, Windows OS, Oracle DB, Weblogic, Oracle Access Manager) and to take advantage of some of the enhancements offered in the current version including functional, technical and other enhancements.

    The JDE technical upgrade will involve the following development/support services for the duration of the project (in conjunction with in-house technical staff):-

    • Infrastructure design and implementation. (VMware servers, Weblogic, Oracle Access Manager, Single Signon, etc.)

    • CNC Services (upgrading JDE, configuring web, enterprise, DB and SSO servers, etc.)

    • Functional Support (assist with functional changes that impact the installed functionality, assist with system testing)

    • Retrofitting Development. Re-apply the custom modifications from the old objects (approx 230) to the new objects

    • Production Upgrade and Go-Live Support (several trial runs required before the cutover, support over the first month-end)

    Potential suppliers must demonstrate that they have required flexibility, capacity, competencies and suitable resources available to meet these requirements together with proven experience of providing JDE development/support for technical upgrade projects for a similar JDE customer (modules/size – 450 users).

    An Post wishes to ensure that upgrade of JD Edwards causes least disruption to ongoing business and is completed in a quality assured manner. The supplier will deliver the project to the An Post business and technical teams, ultimately handing over the upgraded system for ongoing use and maintenance.

    The services may also include future assistance with fully exploiting the capabilities of the new functionality and modules or enhancements in support of An Post business objectives throughout the term of contract.

    An Posts current assumption is that subject to detailed discussion with the preferred bidder that the project will commence Q4 2015 and complete Q2 2016.

    PLEASE NOTE: RESPONSES SHOULD BE AS ACCURATE AND CONCISE AS POSSIBLE.

    NO ATTACHMENTS TO THIS QUESTIONNAIRE WILL BE ACCEPTED.

    AN POST RESERVES THE RIGHT TO WITHDRAW FROM THE TENDER PROCESS AT ANY TIME AND WITHOUT ANY LIABILITY.

    ANY REQUIREMENTS AND VOLUMES QUOTED ARE APPROXIMATE AND MAY BE SUBJECT TO UPWARD OR DOWNWARD REVISION IN LINE WITH REQUIREMENTS.

    Potential suppliers will be evaluated on the basis of the following criteria:

    1. Overall relevant company strength, capability and specialisation in JD Edwards field including ability to upgrade a complex implementation with multiple organisational stakeholders. (10% weighting)

    2. Overall demonstrated capability in this field as witnessed by providing examples of current/recent client contracts covering relevant upgrade services (from 8.12 to 9.1 or 9.2 or similar relevant contracts) and scope. (50% weighting)

    3. Resourcing & technical capabilities to meet services and project needs outlined within assured timelines (30%)

    4. Relevant Industry, Project Management Quality, and Environmental Accreditation, Processes and controls. (10% weighting)

    Questions

    1. (1A) Describe the company structure –

    o Rule: information must be provided.

    (1B) Provide Ownership Details and details of operational locations

    o Rule: information must be provided.

    (1C) Provide information annual Sales Turnover & Profitability for previous 3 financial years (2012, 2013 and 2014).

    o Rule: must demonstrate turnover of €800,000 and operation with a profit in one of the last three years.

    (1D) Degree of specialisation in JD Edwards upgrade services

    o Rule: must demonstrate operation within the subject matter.

    (1E) An Post will require all participants invited to tender to hold the following minimum levels of insurance during the life-time of any contract awarded for these services; €13m Employers Liability and €6.5m Public & Product Liability and €5m Professional Indemnity

    Insurance.

    i. Do you currently have insurance cover meeting these levels?

    Minimum Levels of Insurance Please indicate Yes/No

    Employers Liability: 13m

    Public & Product Liability: €6.5m

    Professional Indemnity: €5m

    Please note that shortlisted suppliers invited to tender stage of the process will be required to submit current insurance certificate confirming these levels. Failure to provide a valid insurance certificate may disqualify you from this process.

    ii. If you have indicated ‘no’ to all or any of the minimum insurance levels outlined above, would you be willing to secure this level of insurance if awarded a contract to provide these services to An Post at your own expense and with no charge to An Post?

    Yes / No

    2. Please provide 3 of your most relevant examples of current clients demonstrating capability to complete the proposed upgrade.

    Rule: Must demonstrate 3 previous relevant contracts, one of which must outline a project similar to our scope of requirements.

    i. Client name

    ii. Scope and brief description of relevant services including upgrade services (from 8.12 to 9.1 or 9.2 or similar relevant contracts).

    iii. Approx. value of contract.

    iv. Term of contract (start/end dates)

    v. What aspects you directly provided and what was subcontracted and to whom.

    vi. Project Duration – Start and Completion (Go Live) date

    vii. Reference details: Company Name, Contact Name, Position Held and Contact Number and Email.

    viii. How this contract is comparable with our requirements.

    ix. What added value did you bring to this project?

    3. Manpower, Skills and Organisation

    Rule: Must demonstrate access to appropriate skills sets whether in-house or via sub-contractors.

    (3A) Relevant resource numbers, technical skills and number of years experience of resources proposed.

    Please provide:

    1. Total number of employees;

    2. Overview of organisational structure.

    3. Relevant skills and numbers of personnel available under each skill set this should include management, functional and technical skills.

    4. Average number of years with organisation for each skill set.

    (3B) Please provide details of the following:

    1. Customer service and quality control procedures

    2. Reporting structures

    (3C) If subcontracting all or part areas please provide specific details – please provide information on skills as requested above and the exact proposed role of any sub-contractor.

    (3D) Please confirm processes in place for ensuring resources would be made available to complete work at An Post

    4.

    (4A) Please provide information on any quality assurance systems in place, whether 3rd party certified or in-house and how these are applied to contracts of this nature.

    Rule: must demonstrate quality systems are operational, however they do not have to be 3rd party certified, good in-house systems are a minimum.

    (4B) Please provide information on environmental policies, if any.

    Rule: no rule applies.

    (4C) Please provide the following details:

    i. Are you registered with the Data Protection Commission? Yes or No.

    ii. If yes, please provide your Data Protection Registration number:

    iii. If no, would you be willing to register prior to contract signature and remain registered during the lifetime of the contract with An Post?

    (4 D) Do you employ a project management methodology for projects of this nature?

    i. If so which project methodology do you use?

    ii. Please provide examples of the documentation set (or templates) for a project of this size.

    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.2)

    Conditions for participation

    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Negotiated
    Some candidates have already been selected (if appropriate under certain types of negotiated procedures):  no
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting entity

    1529

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    18.06.2015 - 12:00
    IV.3.5)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

    High Court
    Four Courts
    Dublin 7  Dublin
    IE
    Internet address:
     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:
    VI.4.3)

    Service from which information about the lodging of appeals may be obtained