Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Student Record System (SRS).

  • First published: 21 October 2016
  • Last modified: 21 October 2016
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
Canterbury Christ Church University
Authority ID:
AA20182
Publication date:
21 October 2016
Deadline date:
24 November 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Canterbury CHrist Church University

Rochester House, St George's Place

Canterbury

CT1 1UT

UK





https://in-tendhost.co.uk/cccu/aspx/Home

https://in-tendhost.co.uk/cccu/aspx/Home
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Student Record System (SRS).

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

7

II.1.2)

Main site or location of works, place of delivery or performance

Canterbury, Kent, United Kingdom.



UKJ4

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

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.1.6)

Common Procurement Vocabulary (CPV)

48190000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.3)

Duration of the contract or limit for completion

0

Section III: Legal, Economic, Financial and Technical Information

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Unchecked box
Unchecked box Unchecked box
Unchecked box Checked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

24

Objective criteria for choosing the limited number of candidates

Published in the PQQ documentation.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

CCCU-0030

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 14-11-2016

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 24-11-2016

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 19-10-2016

Coding

Commodity categories

ID Title Parent category
48190000 Educational software package Industry specific software package

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.