Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Glyndwr University
Plas Coch, Mold Road
Wrexham
LL11 2AW
UK
Telephone: +44 1978293188
E-mail: arwel.staples@glyndwr.ac.uk
Fax: +44 1978293188
NUTS: UKL23
Internet address(es)
Main address: www.glyndwr.ac.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0288
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.sell2wales.gov.wales
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.sell2wales.gov.wales
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:
www.sell2wales.gov.wales
I.4) Type of the contracting authority
Other: University
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The supply and delivery of a Moodle Virtual Learning Environment platform including data migration
Reference number: AS/AC/31/01/20
II.1.2) Main CPV code
48190000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The University has a requirement under this ITT for The supply and delivery of a Moodle Virtual Learning Environment platform including data migration.
The University currently uses Moodle as a Virtual Learning Environment (VLE), and the Moodle platform is currently hosted externally, and has plugins enabled such as Turnitin, Panopto and Jisc Learning Analytics. It is used as a two year working archive which all current staff and students have access to in addition to the present year’s programmes and modules.
II.1.5) Estimated total value
Value excluding VAT:
350 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72261000
48000000
II.2.3) Place of performance
NUTS code:
UKL23
Main site or place of performance:
Wrexham
II.2.4) Description of the procurement
The University has a requirement under this ITT for The supply and delivery of a Moodle Virtual Learning Environment platform including data migration.
Provide a working hosted/cloud-based installation of a Moodle VLE to allow the use of an online learning environment for both staff at the University and students.
Provide a sandbox/development site for future development work, upgrades and Testing. This should be available from 1st May 2020 to allow developers at the University to ensure the appropriate theme is used.
Provide Single Sign On (SSO) to allow seamless sign on for all users. (Microsoft AD)
Integrate with external plugins including Turnitin, Office 365, Panopto, ClickView, Mahara, Jisc Learning Analytics, Blackboard Ally and ReciteMe.
Include annual upgrades of the platform.
Include Support & Maintenance Helpdesk Support With support available from Monday to Friday 8am to 5.30 pm
Provision of a designated Account Manager who will meet with the University’s contacts every month. One meeting a year is expected to be face-to-face.
Provide an implementation which is a seamless experience for all students and staff.
Transferring of data and courses from present externally hosted solution vendor to a cloud based solution, potentially with a new vendor.
Automatic creation of courses and enrolment of students and course leader by synching with the University’s Student Data System.
The Contract duration will be minimum 3 years with option to extend for a further two years in annual increments.
The software solution provided must be capable of the following mandatory features:
Welsh language pack is installed
Create a link on the home page allowing users to switch from English to Welsh and Welsh to English easily.
Support Login (authenication from the University's Active Dictorary Forest
System supports ADFS or Shibboleth Single Sign on
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: 36
This contract is subject to renewal: Yes
Description of renewals:
Initial contract period of 36 months with option to extend for a further 24 months
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:
Yes
II.2.11) Information about options
Options:
Yes
Description of options:
Within the Technical Specification and Pricing Schedule there are Optional Requirement stipulated which Bidders can provide pricing for. The University is not obliged or committed at this stage to contract for the additional items specified.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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:
None
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
III.2.2) Contract performance conditions
The successful bidder will be required to deliver agreed Social Value outcomes that has been offered as part of the tender bid submission.
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/03/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
20/03/2020
Local time: 13:00
Place:
Plas Coch Campus, Wrexham
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.3) Additional information
Bidders must be able to provide the following mandatory technical specification requirements:
"
Supplier can provided either a hosted or a cloud based Moodle Solution.
Welsh language pack is installed
Supplier will create a link on the home page allowing users to switch from English to Welsh and Welsh to English easily.
"
Support Login (authenication from the University's Active Dictorary Forest
System supports ADFS or Shibboleth Single Sign on
Data is stored on servers (Cloud) based in Europe.
System will comply with accessibility requirements Including new accessibility standards for public sector bodies
Supplier should have a track record to demonstrate that their software solution has an uptime of 99.8% or more over the last 3 years.
System is compliant with current GDPR legislation including Data protection
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=100024.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The successful bidder will be required to deliver against the Social Value Delivery Plan as submitted within the Tender response as part of the overall contract delivery.
(WA Ref:100024)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
17/02/2020