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