Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  The Education and Training Foundation
  Third Floor, 157 - 197 Buckingham Palace Road
  London
  SW1W 9SP
  UK
  
            Telephone: +44 2037408280
  
            E-mail: tenderqueries@etfoundation.co.uk
  
            NUTS: UKI
  Internet address(es)
  
              Main address: http://www.et-foundation.co.uk
  
              Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28768
 
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.mytenders.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk
I.4) Type of the contracting authority
            Other: Charity
I.5) Main activity
            Other: IT/Digital
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Strategic Learning Partner (via Learning Management System implementation)
            Reference number: IMT 21/22.1
  II.1.2) Main CPV code
  72266000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  We are seeking a supplier who will: lead on our digital transformation programme to achieve our desired target state, including LMS at its core; be a strategic learning partner for the ETF who shares a vision and a roadmap for the future; and build an effective minimum viable product (MVP) in early 2023, to enable the ‘as is’ digital estate to consolidate with the expansion of the target state.
  II.1.5) Estimated total value
  Value excluding VAT: 
			1 250 000.00 
			  GBP
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    48190000
    72212190
    80000000
    72200000
    72266000
    73220000
    79415200
    72222300
    II.2.3) Place of performance
    NUTS code:
    UK
    II.2.4) Description of the procurement
    Our existing digital estate is not fit for purpose and does not deliver the outputs required by ETF. This is because of inherited/legacy systems and a lack of clear digital strategy and investment. This means that systems performance impacts operations, and represents an increased risk of data breaches, increased reputational risk, and potential negative financial impact caused by an inability to develop systems and new services. We are therefore seeking a supplier who will: lead on our digital transformation programme to achieve our desired target state, including LMS at its core; be a strategic learning partner for the ETF who shares a vision and a roadmap for the future; and build an effective minimum viable product (MVP) in early 2023, to enable the ‘as is’ digital estate to consolidate with the expansion of the target state.
    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:
    The initial term will be three years with a budget of up to 900000GBP including VAT and there will be a two year optional extension period.
    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
  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
  
                        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:
  2022/S 000-025003
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              21/11/2022
  
                Local time: 16:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.7) Conditions for opening of tenders
  
              Date:
              21/11/2022
  
              Local time: 16:00
 
Section VI: Complementary information
VI.1) Information about recurrence
          This is a recurrent procurement:
          
        No
      
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=227600.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:227600)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Public Procurement Review Service
    Cabinet Office
    London
    UK
    
            Telephone: +44 3450103503
    
            E-mail: publicprocurementreview@cabinetoffice.gov.uk
    Internet address(es)
    
              URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
   
 
VI.5) Date of dispatch of this notice
07/10/2022