Opportunity

ID 3635253 - DAERA - CAFRE - Provision, Implementation and Support of a Learner Management System

  • The Department Of Agriculture, Environment and Rural Affairs

F02: Contract notice

Notice reference: 2022/S 000-006914

Published 14 March 2022, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

The Department Of Agriculture, Environment and Rural Affairs

CAFRE, 45 Tirgracy Road

ANTRIM

BT41 4PS

Contact

SSDAdmin.CPDfinance-ni.gov.uk

Email

SSDAdmin.CPD@finance-ni.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

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

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

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

ID 3635253 - DAERA - CAFRE - Provision, Implementation and Support of a Learner Management System

Reference number

ID 3635253

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

This Contract is for the provision, implementation and Support of a Learner Management System to facilitate DAERA / CAFRE in the recording and administration duties required for students and external customers attending courses at the three CAFRE campuses. CAFRE wish to procure a COTS solution for the provision, Implementation and Support of a Learner Management Solution. Please refer to the Specification for full detail of the requirements.

two.1.5) Estimated total value

Value excluding VAT: £610,000

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
  • 72210000 - Programming services of packaged software products
  • 72230000 - Custom software development services
  • 72250000 - System and support services
  • 72260000 - Software-related services
  • 72262000 - Software development services
  • 72263000 - Software implementation services
  • 72268000 - Software supply services
  • 72211000 - Programming services of systems and user software
  • 72212100 - Industry specific software development services
  • 48000000 - Software package and information systems
  • 48600000 - Database and operating software package
  • 48610000 - Database systems
  • 48780000 - System, storage and content management software package

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

This Contract is for the provision, implementation and Support of a Learner Management System to facilitate DAERA / CAFRE in the recording and administration duties required for students and external customers attending courses at the three CAFRE campuses. CAFRE wish to procure a COTS solution for the provision, Implementation and Support of a Learner Management Solution. Please refer to the Specification for full detail of the requirements.

two.2.5) Award criteria

Quality criterion - Name: Qualitative Criteria / Weighting: 50

Cost criterion - Name: Quantitative Criteria / Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £610,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

This contract will be potentially be due to be re-procured after initial contract period or following any extension

period

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Contract will commence on award of contract for an initial period of 5 years with the option to extend for a further three periods of 2 years, 2 years and 1 year [+2 yrs, +2 yrs +1 yr].

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 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

13 April 2022

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

Tender must be valid until: 12 July 2022

four.2.7) Conditions for opening of tenders

Date

13 April 2022

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This contract will potentially be due to be re-procured after the initial contract period and/or following any extensions

six.3) Additional information

The successful contractor’s performance on this contract will be managed as per the specification and regularly monitored (see. Procurement Guidance Note 01/12 — Contract Management — Procedures and Principles). Contractors not delivering on contract. requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory. levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory. levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their. performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional. misconduct and they may be issued with a notice of unsatisfactory performance and this contract may be terminated. A central register. of such notices for supplies and services contracts will be maintained and published on the CPD website. Any contractor in receipt of a. notice of unsatisfactory performance will be required to declare this in future tender submissions for a period of 3 years from the date of.. issue of the notice. It may also result in the contractor being excluded from all procurement competitions being undertaken by Centres. of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy. The authority expressly reserves. the rights:. . (i) not to award any contract as a result of the procurement process commenced by publication of this notice;. . (ii) to make. whatever changes it may see fit to the content and structure of the tendering competition;. . (iii) to award (a) contract(s) in respect of any. part(s) of the (services) covered by this notice; and. . (iv) to award contract(s) in stages and in no circumstances will the authority be liable.. for any costs incurred by candidates.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended

United Kingdom

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.