Tender

LSFED Management Information System (MIS)

  • Leathersellers Federation of Schools

F02: Contract notice

Notice identifier: 2022/S 000-005474

Procurement identifier (OCID): ocds-h6vhtk-031bfe

Published 28 February 2022, 6:15pm



Section one: Contracting authority

one.1) Name and addresses

Leathersellers Federation of Schools

Adelaide Avenue

London

SE4 1LE

Email

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

https://www.delta-esourcing.com/tenders/UK-UK-London:-Educational-software-development-services./U6PEA34QF6

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:

https://www.delta-esourcing.com/tenders/UK-UK-London:-Educational-software-development-services./U6PEA34QF6

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

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