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

Learning Management Software System

  • First published: 06 October 2023
  • Last modified: 06 October 2023

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)

Contents

Summary

OCID:
ocds-h6vhtk-0407f5
Published by:
Portsmouth City Council
Authority ID:
AA20789
Publication date:
06 October 2023
Deadline date:
03 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Portsmouth City Council (The Council) is inviting tenders from suitably qualified suppliers to provide a Learning Management System.

The Council have operated a Learning Management System (LMS) since March 2010. The system was hosted on premise and known as the Portsmouth Learning Gateway (PLG). It provided a basic functionality that enabled self-services access to a menu of courses provided by Learning and Development (L&D) that were either mandatory (for governance and compliance purposes), part of continuous professional development (CPD) for regulated professions, such as social workers, or were part of suite of management and leadership development modules. In July 2022 the PLG system provider advised PCC of their intention to cease trading in the near future and an interim solution has been in place which means that is becoming increasingly critical that a new Learning Management System is secured to meet organisational priorities.

The learning management system (LMS) will need to handle all aspects of the learning process:

· organisational training content hosted, delivered, and tracked

· training administration automated

· learner engagement and participation monitored

· CPD records held; and

· data stored for reporting (including statutory) purposes.

Having a LMS is also a fundamental pillar of the employee experience and an area that can contribute significantly to employee engagement and improve our ability to grow our own talent and retain key skills.

The reporting and recording functions are a key management tool in the LMS, enabling managers to monitor compliance with mandatory and statutory training. Reporting also enables the monitoring of access to development opportunities to ensure they are fair and don't disadvantage any group of people and is a key tool in workforce and succession planning activity.

Crucially, LMS reporting tools support managers, directorates, and schools where there is an inspection requirement e.g., Ofsted / CQC to evidence training undertaken. The tools should also ensure that key information required for Freedom of Information requests, Subject Access Requests, investigations, and insurance compliance, mitigate the risk to Portsmouth City Council.

The LMS should also provide our registered professions e.g., Social Workers, Occupational Therapists, Teachers with a single place to record their continual professional development (CPD),

Key to Portsmouth City Council's Workforce and OD Strategy, the LMS should support delivery of a smooth employee onboarding experience through role specific induction pathways, ability to act on personal development plans and alignment to career pathways all of which are central to delivering our priorities of retention and development of our workforce.

The LMS should automate course bookings and course registers; record attendance, send out reminders, confirmations, and evaluations. The LMS must also enable partner agencies and those without access to the Council network to access training in a convenient way on any device.

The initial contract period will be 4 years with the option to extend on a yearly rolling basis.

The estimated contract value is based on a 4 year term in accordance with the Public Contract Regulations 2015 section 6 (19) (b). If extension options are taken up past the 4 year period then the value will increase accordingly.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO12AL

UK

Contact person: Procurement Service

Telephone: +44 2392688235

E-mail: procurement@portsmouthcc.gov.uk

NUTS: UKJ31

Internet address(es)

Main address: https://www.portsmouth.gov.uk/

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://in-tendhost.co.uk/portsmouthcc/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/portsmouthcc/aspx/home


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Learning Management Software System

Reference number: P00004863

II.1.2) Main CPV code

48000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Portsmouth City Council (The Council) is inviting tenders from suitably qualified suppliers to provide a Learning Management System.

The Council have operated a Learning Management System (LMS) since March 2010. The system was hosted on premise and known as the Portsmouth Learning Gateway (PLG). It provided a basic functionality that enabled self-services access to a menu of courses provided by Learning and Development (L&D) that were either mandatory (for governance and compliance purposes), part of continuous professional development (CPD) for regulated professions, such as social workers, or were part of suite of management and leadership development modules. In July 2022 the PLG system provider advised PCC of their intention to cease trading in the near future and an interim solution has been in place which means that is becoming increasingly critical that a new Learning Management System is secured to meet organisational priorities.

II.1.5) Estimated total value

Value excluding VAT: 255 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

48100000

48930000

II.2.3) Place of performance

NUTS code:

UKJ31

II.2.4) Description of the procurement

Portsmouth City Council (The Council) is inviting tenders from suitably qualified suppliers to provide a Learning Management System.

The Council have operated a Learning Management System (LMS) since March 2010. The system was hosted on premise and known as the Portsmouth Learning Gateway (PLG). It provided a basic functionality that enabled self-services access to a menu of courses provided by Learning and Development (L&D) that were either mandatory (for governance and compliance purposes), part of continuous professional development (CPD) for regulated professions, such as social workers, or were part of suite of management and leadership development modules. In July 2022 the PLG system provider advised PCC of their intention to cease trading in the near future and an interim solution has been in place which means that is becoming increasingly critical that a new Learning Management System is secured to meet organisational priorities.

The learning management system (LMS) will need to handle all aspects of the learning process:

· organisational training content hosted, delivered, and tracked

· training administration automated

· learner engagement and participation monitored

· CPD records held; and

· data stored for reporting (including statutory) purposes.

Having a LMS is also a fundamental pillar of the employee experience and an area that can contribute significantly to employee engagement and improve our ability to grow our own talent and retain key skills.

The reporting and recording functions are a key management tool in the LMS, enabling managers to monitor compliance with mandatory and statutory training. Reporting also enables the monitoring of access to development opportunities to ensure they are fair and don't disadvantage any group of people and is a key tool in workforce and succession planning activity.

Crucially, LMS reporting tools support managers, directorates, and schools where there is an inspection requirement e.g., Ofsted / CQC to evidence training undertaken. The tools should also ensure that key information required for Freedom of Information requests, Subject Access Requests, investigations, and insurance compliance, mitigate the risk to Portsmouth City Council.

The LMS should also provide our registered professions e.g., Social Workers, Occupational Therapists, Teachers with a single place to record their continual professional development (CPD),

Key to Portsmouth City Council's Workforce and OD Strategy, the LMS should support delivery of a smooth employee onboarding experience through role specific induction pathways, ability to act on personal development plans and alignment to career pathways all of which are central to delivering our priorities of retention and development of our workforce.

The LMS should automate course bookings and course registers; record attendance, send out reminders, confirmations, and evaluations. The LMS must also enable partner agencies and those without access to the Council network to access training in a convenient way on any device.

The initial contract period will be 4 years with the option to extend on a yearly rolling basis.

The estimated contract value is based on a 4 year term in accordance with the Public Contract Regulations 2015 section 6 (19) (b). If extension options are taken up past the 4 year period then the value will increase accordingly.

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: 255 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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: Yes

Description of options:

The initial contract period will be 4 years with the option to extend on a yearly rolling basis.

The estimated contract value is based on a 4 year term in accordance with the Public Contract Regulations 2015 section 6 (19) (b). If extension options are taken up past the 4 year period then the value will increase accordingly.

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

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 03/11/2023

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 03/11/2023

Local time: 12:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

VI.4) Procedures for review

VI.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

UK

Telephone: +44 2079476000

VI.5) Date of dispatch of this notice

04/10/2023

Coding

Commodity categories

ID Title Parent category
48100000 Industry specific software package Software package and information systems
48000000 Software package and information systems Computer and Related Services
48930000 Training and entertainment software package Miscellaneous software package and computer systems

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:
procurement@portsmouthcc.gov.uk
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.