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