Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Telephone
+44 2870123132
Country
United Kingdom
NUTS code
UKN - NORTHERN IRELAND
National registration number
NIC100166
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Placement Management Solution
Reference number
project_25434/itt_35456
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
Student Placement Management Solution
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 72200000 - Software programming and consultancy services
- 72230000 - Custom software development services
- 72250000 - System and support services
- 72260000 - Software-related services
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
two.2.4) Description of the procurement
The requirement is for a Placement Management Solution. The system must be a proven hosted and managed solution tailored for the Health Science education market. The system shall be hosted in a scalable environment across a number of schools with the ability to enhance capacity from the initial baseline and it shall be integrated with existing identity management and related systems in the University. The system shall be capable of interfacing with existing teaching and learning solutions through standards-based protocols or offer similar integrated functionality.
The placement of students is subject to adherence to regulations from the Nursing and Midwifery Council (NMC), Health and Care Professions Council (HCPC) and General Medical Council (GMC). Each student is required to attain a tailored level of training in order to be accredited by the regulatory body, this includes both range of practice learning experience as well as successful completion of the required number of hours. It is expected that on a yearly basis there will be approximately 10,000 placements across the Faculty, and these should encompass disciplines such as but not limited to nursing, pathology or respiratory physiotherapy.
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: £652,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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: Yes
Description of options
It is anticipated the contract will be for five (5) years initially, with an option to extend for any periods up to and including sixty (60) months.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
The estimated total value stated above in Section II.2.6 includes the initial 5 year contract period and the option to extend the contract for any periods up to and including 60 months.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As stated in the procurement documents.
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
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
25 March 2021
Local time
3:00pm
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
Duration in months: 9 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 March 2021
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).