Tender

Data Environment

  • The Education and Training Foundation

F02: Contract notice

Notice identifier: 2023/S 000-000702

Procurement identifier (OCID): ocds-h6vhtk-039647

Published 10 January 2023, 3:31pm



Section one: Contracting authority

one.1) Name and addresses

The Education and Training Foundation

Third Floor, 157 - 197 Buckingham Palace Road

London

SW1W 9SP

Email

tenderqueries@etfoundation.co.uk

Telephone

+44 2037408280

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

http://www.et-foundation.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28768

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk

one.4) Type of the contracting authority

Other type

Charity

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Data Environment

Reference number

DDT 22/23.1

two.1.2) Main CPV code

  • 72300000 - Data services

two.1.3) Type of contract

Services

two.1.4) Short description

A tender for a new data environment

two.1.5) Estimated total value

Value excluding VAT: £248,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48600000 - Database and operating software package
  • 48610000 - Database systems
  • 48611000 - Database software package
  • 48612000 - Database-management system
  • 72212610 - Database software development services
  • 72317000 - Data storage services
  • 72318000 - Data transmission services
  • 48613000 - Electronic data management (EDM)
  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Our existing data environments and pipelines are not fit for purpose and do not support the ETF in its understanding of customers and prevent it from gaining any valuable insights. These challenges centre around the ETF’s CRM (Customer Relationship Management) being used for multiple purposes, with direct integrations but also staff using the CRM to add, update and report on data; there is no environment where the data can be properly cleansed or transformed before it used by staff.

ETF are therefore looking for a partner who can supply and deliver the following:

- A data environment/database(s) central repository for all ETF including as the database for all Learning Management System (LMS) data

- An environment that will store, clean, and transform data in an automated manner

- Functional and effective integrations to ensure that data is passed through correct systems

- Be a strategic partner to ensure that the ETF has a clear data technology roadmap and can gain the full benefit of its data

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £248,000

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

Start date

24 March 2023

End date

24 September 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

20 February 2023

Local time

4:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 24 March 2023

four.2.7) Conditions for opening of tenders

Date

20 February 2023

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.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=228430.

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:228430)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit