Contract award notice
Results of the procurement procedure
Section I: Contracting
authority
I.1) Name and addresses
Canterbury Christ Chruch University
Canterbury
UK
E-mail: procurement@canterbury.ac.uk
NUTS: UKJ4
Internet address(es)
Main address: https://cccu.canterbury.ac.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Student Record System
Reference number: CCCU-0041
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Services
II.1.4) Short description
The University is running a tender exercise to appoint a student record system provider to replace the existing solution which is no longer fit for purpose. It is planned that a preferred supplier will be appointed by the end of March 2017 and the new solution will go live by September 2018.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
2 200 000.00
GBP
II.2) Description
II.2.3) Place of performance
NUTS code:
UKJ4
Main site or place of performance:
II.2.4) Description of the procurement
The University is running a tender exercise to appoint a student record system provider to replace the existing solution which is no longer fit for purpose. It is planned that a preferred supplier will be appointed by the end of March 2017 and the new solution will go live by September 2018. With support from Gartner, the University has undertaken an appraisal of the higher education Student Record System market and concluded that the marketplace is beginning to change. The tried-and-tested solutions that have dominated the market for the past 15 years are beginning to be challenged by vendors who are developing new, lower cost, modern, written-for-the-cloud SaaS solutions. In this environment the University is faced with the choice of selecting either a tried-and-tested solution that is based on old technology or selecting a modern SaaS solution that is only just beginning to gain traction in the sector. The University’s risk assessment approach has determined that the second option, the procurement of a modern SaaS solution, represents the lowest risk and will deliver the best long-term benefits. Therefore, the University will be appointing a preferred supplier who is able to fully demonstrate that their proposed solution:
— is specifically written for the cloud, taking advantage of the rich features provided by cloud platforms and capable of easily evolving in line with changes in cloud technology,
— provides rapid, automatic elasticity scaling outward and inward commensurate with demand without the need for human intervention,
— is offered following a multi-tenant model, with different physical and virtual resources dynamically assigned and reassigned according to consumer demand,
— allows broad network access through standard mechanisms that promote use of heterogeneous thin or thick client platforms,
— provides an intuitive and simple user experience regardless of the platform it is consumed on,
— provides a comprehensive and secure application programming interface (API) that allows the University to easily, securely and consistently integrate it with other systems Before submitting a completed pre-qualification questionnaire suppliers should carefully consider whether their solution meets these requirements as the intensive selection process which will be used by the University will remove non-compliant bids wherever they are identified.
II.2.5) Award criteria
Price
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
II.2.14) Additional information
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive dialogue
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:
2016/S 204-369660
Section V: Award of contract
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/05/2017
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Tribal Education Limited
Bristol
UK
NUTS: UKK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 2 200 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
Canterbury Christ Chruch University
Canterbury
UK
E-mail: procurement@canterbury.ac.uk
Internet address(es)
URL: https://cccu.canterbury.ac.uk/
VI.4.2) Body responsible for mediation procedures
Canterbury Christ Chruch University
Canterbury
UK
E-mail: procurement@canterbury.ac.uk
Internet address(es)
URL: https://cccu.canterbury.ac.uk/
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.4.4) Service from which information about the review procedure may be obtained
Canterbury Christ Chruch University
Canterbury
UK
E-mail: procurement@canterbury.ac.uk
Internet address(es)
URL: https://cccu.canterbury.ac.uk/
VI.5) Date of dispatch of this notice
24/04/2018