Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Welsh Government
  Cardiff
  UK
  
            E-mail: ictprocurement@gov.wales
  
            NUTS: UKL
  Internet address(es)
  
              Main address: http://wales.gov.uk/?skip=1&lang=en
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Learning Management System Support and Development
            Reference number: C328/2018/2019
  II.1.2) Main CPV code
  48190000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  This notice is for the Business Online Support Service (BOSS) learning management system.  This notice has two Lots, bidders may submit bids for one or both Lots.
  Lot 1 BOSS LMS Support, Maintenance and Development
  Lot 2 BOSS Learning Package Creation
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  
                    Tenders may be submitted for maximum 2 lots
                  
 
II.2) Description
  
          Lot No: 1
  
    II.2.1) Title
    Maintenance, Support and Development Services
    II.2.2) Additional CPV code(s)
    72000000
    72416000
    72261000
    72421000
    48931000
    48000000
    48190000
    48930000
    72212190
    72212930
    72212931
    80420000
    II.2.3) Place of performance
    NUTS code:
    UKL13
Main site or place of performance:
    Sarn Mynach
    Llandudno Junction
    Conwy
    Wales
    LL31 9RZ
    II.2.4) Description of the procurement
    A key component of the Business Wales roadmap is the Business Online Support Service (BOSS) LMS  which currently provides free business orientated learning modules online at businesswales.gov.wales/boss and businesswales.gov.wales/cy/boss
    The BOSS application has some integration with business.wales.gov.uk web site and the Business Wales internal client support monitoring application.
    The BOSS application also uses the “Sign On Cymru” user authentication gateway for users to access a number of different Business Wales online applications aimed at providing support and promoting businesses in Wales.
    Business Wales selects Open Source software wherever possible to reduce licensing costs and remove themselves from any constraints related to supplier lock-in. The Open Source Moodle LMS is the Business Wales platform of choice and has been identified as the most suitable for our requirements.
    The Supplier will be required to technically support, maintain and develop an existing Moodle 3,5 LMS instance in Lot 1.
    The BOSS application is available in English and Welsh , the buyer will provide all translations required.
    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: 24
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The Contract to be awarded will be for a 2 year term with a maximum total contract extension of periods totalling no more than 2 years.
    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:
            
              Yes
            
    Description of options:
    The Supplier must accept that round-the-clock support for the LMS may be required by the Client at critical times to the organisation and its customers. It is envisaged that these periods of support would not exceed 48 hours in duration for any given occasion. It is expected that the cost of such support will be based on the pro-rata day rate for the bidder’s staff.  This support will be requested and invoiced separately under the Contract as and when required.
    II.2.13) Information about European Union funds
    
            The procurement is related to a project and/or programme financed by European Union funds:
            
              No
            
   
  
          Lot No: 2
  
    II.2.1) Title
    Learning Package Creation
    II.2.2) Additional CPV code(s)
    48000000
    48190000
    48930000
    48931000
    80420000
    II.2.3) Place of performance
    NUTS code:
    UKL13
Main site or place of performance:
    Sarn Mynach
    Llandudno Junction
    Conwy
    Wales
    LL31 9RZ
    II.2.4) Description of the procurement
    Lot 2 is for the packaging of business orientated learning modules to conform to a standard format and style designated by the buyer. The material content of the courses will be provided to the supplier. The courses will be viewed through the Moodle LMS described in Lot 1, but there may be instances where learning packages are deployed in other environments.
    The provider for Lot 2 will be expected to work with the provider of Lot 1 on release management for the learning packages.
    All courses will be created bilingually in Welsh and English the buyer will provide content in both English and Welsh.
    All resources to be created to buyer specified accessibility requirements.
    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: 24
    
                  This contract is subject to renewal: Yes
                
    Description of renewals:
    The Contract to be awarded will be for a 2 year term with a maximum total contract extension of periods totalling no more than 2 years.
    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.1.2) Economic and financial standing
  List and brief description of selection criteria:
  The minimum requirement for the Qualification stage is that Bidders have an Acid-Test ratio of no less than 1.  Further details are to be found on the application and 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.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2019/S 036-081130
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              21/01/2020
  
                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: 6 (from the date stated for receipt of tender)
              
  IV.2.7) Conditions for opening of tenders
  
              Date:
              21/01/2020
  
              Local time: 12:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        Yes
      
Estimated timing for further notices to be published:
12 months in advance of contract renewal.
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
This notice is for the Business Online Support Service (BOSS) learning management system.  This notice has two Lots, bidders may submit bids for one or both Lots.
Lot 1 BOSS LMS Support, Maintenance and Development
Lot 2 BOSS Learning Package Creation
This procurement will be an open procedure and is being led by the Welsh Government to appoint a supplier for each Lot. This may be the same supplier for each Lot.
Welsh Government intend to use eTenderWales to administer the procurement. All communications will be sent via eTenderWales.
References for eTenderWales are as follows:
Project: project_41922 - C328/2019/2020 BOSS Learning Management System Support and Development
ITT: itt_76620 - C328/2019/2020 BOSS Qualification for both lots
ITT: itt_76798 - C328/2019/2020 BOSS LOT 1
ITT: itt_76800 - C328/2019/2020 BOSS LOT 2
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=94814
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:
Community Benefits in a procurement context is about ensuring that wider social and economic issues are taken into account when tendering contracts, to maximise the investment as widely as possible. The Client is committed to delivering community benefits throughout Wales via its sourcing activity.
Community Benefits will be a non-Core requirement and will not form part of the evaluation criteria. However, submission of a non-Core Community Benefits proposal will be a condition of a compliant bid.
Non-Core Community Benefits proposals should be planned on a cost-neutral basis.
The successful Bidder will be required to implement the Community Benefits proposals once agreed with the Client.
Further information about Community Benefits can be found in the procurement documents.
(WA Ref:94814)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
  VI.4.1) Review body
  
    Welsh Government
    Cardiff
    UK
    Internet address(es)
    
              URL: http://wales.gov.uk/?skip=1&lang=en
   
 
VI.5) Date of dispatch of this notice
12/12/2019