Contract notice
Section I: Contracting
authority
I.1) Name and addresses
London Metropolitan University
166-220 Holloway Road
London
N7 8DB
UK
Contact person: Judith Tackley
E-mail: j.tackley@londonmet.ac.uk
NUTS: UKI
Internet address(es)
Main address: www.londonmet.ac.uk
Address of the buyer profile: https://www.londonmet.ac.uk/about/procurement/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/londonmetuni/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/londonmetuni/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
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://in-tendhost.co.uk/londonmetuni/aspx/Home
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
Online Programmes Management Provider
Reference number: LMU2018-1241
II.1.2) Main CPV code
80300000
II.1.3) Type of contract
Services
II.1.4) Short description
London Metropolitan University (LMU) is seeking to procure the services of an Online Programmes Management (OPM) provider to enable us to meet our online learning ambitions quickly and at a greater scale than we could alone. The (up to) five year contract will be managed by our newly established London Met Global Online (LMGO) function. The successful bidder will have strengths that complement the University's and have a track record of working with organisations to successfully launch and deliver major online learning programmes. They will also have an appreciation and understanding of innovative delivery and partnership solutions. LMU is seeking to realise market opportunities and products and to recruit students on a global scale.
II.1.5) Estimated total value
Value excluding VAT:
10 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
II.2.4) Description of the procurement
In September 2017, London Metropolitan University (LMU or the University) published a Prior Information Notice(PIN) on the Official Journal of the European Union (reference 2017/S 187-382833). The PIN informed the market of the University's plans to procure the services of an Online Programme Management (OPM) provider and sought input to the delivery model. In June 2018, following appointment of key personnel to the LMGO function and significant progress in the development of the specification and operating model, the University published a second PIN (reference 2018/S 109-247632). The PIN informed the market of the University's intention to consult the market a final time as development of the specification and operating model approached completion. London Metropolitan University (LMU) is seeking to procure the services of an Online Programmes Management (OPM) provider to enable us to meet our online learning ambitions quickly and at a greater scale than we could alone. The successful bidder will have strengths that complement the University's and have a track record of working with organisations to successfully launch and deliver major online learning programmes. They will also have an appreciation and understanding of innovative delivery and partnership solutions. The OPM shall be responsible for delivering the following service elements:
— Portfolio: Market analysis, product development opportunities and portfolio strategy,
— Marketing: Development of marketing strategy, marketing plans and executing these plans,
— Recruitment: Acquire and recruit new students and assist with the processing of applications to achieve University targets.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
Contract 3+1+1
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
— The top 5 qualifying highest scoring bidders will be invited to progress to Stage 2 of the tender process,
— In the event of a tie the University will invite all bidders that reach a qualifying position to progress to Stage 2,
— In the event that there is less than two (2) points separating the Qualifying Bidder in fifth position and the next placed Potential Supplier, the University reserves the right to invite all Potential Suppliers within 2 points of fifth position to progress to Stage 2,
— If a Qualifying Bidder(s) withdraws prior to the commencement of Stage 2, the University reserves the right to progress the next placed Potential Supplier to Stage 2 of the tender process.
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
II.2.14) Additional information
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:
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.2.3) 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
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2018/S 109-247632
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
14/08/2018
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
07/09/2018
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2023
VI.2) Information about electronic workflows
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
London Metropolitan University
166-220 Holloway Road
London
N7 8DB
UK
Internet address(es)
URL: www.londonmet.ac.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
27/07/2018