Section one: Contracting authority
one.1) Name and addresses
Leathersellers Federation of Schools
Adelaide Avenue
London
SE4 1LE
PN0456-LEA-MISProcurementSupport@novatia.com
Telephone
+44 2086903710
Country
United Kingdom
NUTS code
UKJ - South East (England)
Internet address(es)
Main address
https://www.leathersellers-federation.com
Buyer's address
https://www.prendergast-school.com/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
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
LSFED Management Information System (MIS)
two.1.2) Main CPV code
- 72212190 - Educational software development services
two.1.3) Type of contract
Services
two.1.4) Short description
The Leathersellers’ Federation comprises three LA maintained schools governed by a single strategic governing board located in the Lewisham, south east London offering education from Nursery to Sixth Form. The Federation wishes to enter into a contract with a Supplier to supply, implement and support a Management Information System (MIS), for use by the Federations schools, including all of its current schools and any future schools that join the Federation over the contract term. Our main objective is to appoint a single provider of a Management Information System, delivered using a cloud hosted or software as a service (SaaS) model for use by the Federation and its schools. The single MIS solution must support from Nursery to Year 13.
two.1.5) Estimated total value
Value excluding VAT: £400,000
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
- 72300000 - Data services
- 72600000 - Computer support and consultancy services
- 80100000 - Primary education services
- 80200000 - Secondary education services
- 80400000 - Adult and other education services
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UKI - London
- UKJ - South East (England)
Main site or place of performance
LONDON,SOUTH EAST (ENGLAND)
two.2.4) Description of the procurement
The Leathersellers’ Federation (LSFED or Federation) comprises three LA maintained schools located in the Lewisham, south east London offering education from Nursery to Sixth Form. The Federation wishes to enter into a contract with a Supplier to supply, implement and support a Management Information System (MIS), for use by the Federation and all of its current schools and any future schools that join the Federation over the contract term. Our main objective is to appoint a single provider of a Management Information System, delivered using a cloud hosted or software as a service (SaaS) model for use by the Federation and its schools. The single MIS solution must support from Nursery to Year 13. There will be a requirement to migrate data from the Federation's incumbent MIS product.
The Federation’s main objectives are:
a) to identify a single provider of a Management Information System, delivered using a cloud hosted or software as a service model (SaaS) that meets the requirements of the Federation and its schools, covering Nursery to Year 13
b) to develop good practice in the use of the MIS across the Federation’s schools by setting a common baseline configuration for the LSFED MIS, with the option for each school to personalise aspects important to their school operations but not to the detriment of the consistency of MIS functionality
c) to reduce user error and to improve efficiency by working towards a single point of truth for all data assets through increased integration with third party products
d) to identify opportunities to rationalise or replace functionality provided by add-on/3rd party products currently in use
e) to enable improved data access, analysis and reporting at the Federation level and particularly for strategic Governor insight
f) to realign contract dates so that MIS contracts co-terminate for all schools
g) to onboard all schools without disruption and to ensure all users are effectively trained in the use of the MIS
We do not currently plan to phase the onboarding of the schools onto the new MIS contract as we aim to implement a Federation-wide Go Live in July 2022.
The maximum contract duration will be seven (7) years and two months (2) from contract signature. The initial term of the Contract shall be for a period of five (5) years and two (2) months (for onboarding), with an option of up to two 1-year extensions.
The Federation is administering the Tender process in accordance with the provisions of the Public Contracts Regulations 2015 (Open Procedure). This requires Tenderers to submit responses to both the Selection Questionnaire and the Evaluation Questions included within the Invitation to Tender by the tender deadline. All Tenderers that pass all mandatory and minimum elements of the Selection Questionnaire will have their responses to the Evaluation Questions within the Invitation to Tender evaluated.
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: £400,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
62
This contract is subject to renewal
Yes
Description of renewals
The maximum contract duration will be seven (7) years and two months (2) from contract signature. The initial term of the Contract shall be for a period of 62 months [five (5) years and two (2) months (for onboarding)], with an option of up to two x12 month [1-year] extensions.
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
two.2.14) Additional information
To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/U6PEA34QF6
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
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 March 2022
Local time
5:00pm
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: 30 June 2022
four.2.7) Conditions for opening of tenders
Date
30 March 2022
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/U6PEA34QF6
GO Reference: GO-2022228-PRO-19720650
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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