Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Amgueddfa Cymru - National Museum Wales
Cathays Park
Cardiff
CF10 3NP
UK
Telephone: +44 2920573376
E-mail: tenders@museumwales.ac.uk
NUTS: UKL22
Internet address(es)
Main address: www.museumwales.ac.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0391
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
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:
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Other: museum
I.5) Main activity
Other: Museum
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Learning Management System
Reference number: itt_90556
II.1.2) Main CPV code
80420000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of Learning Management System to Amgueddfa Cymru, including consultancy hours for set up and training and ongoing licensing, maintenance and support.
II.1.5) Estimated total value
Value excluding VAT:
166 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80420000
48931000
72212931
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Amgueddfa Cymru sites
II.2.4) Description of the procurement
It is our aim to get an LMS system in place to meet our training requirements for staff. We have allowed additional staffing resource to facilitate the set up, but we would like consultancy time to help set up the system and to assist the staff member with the set up.
We would consider a cloud solution as essential.
Members of the HR department would be the main content producers on the platform. With limited members of other departments gaining access to upload relevant training materials related to their areas of expertise e.g Finance and IT training.
Line managers would also be required to monitor and assign courses to staff following continual Performance Management processes throughout the year.
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 3-year contract with option to extend on annual basis for further 5 years (3+1+1+1+1+1).
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
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:
See Tender Documents
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:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/11/2021
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
15/11/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=114840
(WA Ref:114840)
The buyer considers that this contract is suitable for consortia.
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
13/10/2021