Tender

Flexible Learning Programme - Central Learning Environment (VLE) Replacement

  • UNIVERSITY OF MANCHESTER

F02: Contract notice

Notice identifier: 2023/S 000-009390

Procurement identifier (OCID): ocds-h6vhtk-03b790

Published 31 March 2023, 8:41am



Section one: Contracting authority

one.1) Name and addresses

UNIVERSITY OF MANCHESTER

Room G010,John Owens Building, Oxford Road

MANCHESTER

M139PL

Contact

Janet Lewis

Email

janet.lewis@manchester.ac.uk

Telephone

+44 1612758205

Country

United Kingdom

Region code

UKD33 - Manchester

UK Register of Learning Providers (UKPRN number)

UKPRN 10007798

Internet address(es)

Main address

http://www.manchester.ac.uk

one.3) Communication

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

https://in-tendhost.co.uk/manchesteruniversity/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/manchesteruniversity/aspx/Home

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

Flexible Learning Programme - Central Learning Environment (VLE) Replacement

Reference number

2023/2031/CLE/CC/JL

two.1.2) Main CPV code

  • 48931000 - Training software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

The procurement of a Central Learning Environment (VLE) for the University of Manchester

two.1.5) Estimated total value

Value excluding VAT: £6,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 80420000 - E-learning services

two.2.3) Place of performance

NUTS codes
  • UKD3 - Greater Manchester

two.2.4) Description of the procurement

The University of Manchester is looking to procure a Central Learning Environment (previously known as a VLE) system that meets our pedagogical and technology guided requirements, the system will help drive forward improvement to the teaching and learning experience for all cohorts of students and staff.

The contract will be for a period of 5 years with the option of further 5 annual renewals

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: £6,500,000

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

Option to extend for 5 annual renewals

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: 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: No

four.2) Administrative information

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

Date

5 May 2023

Local time

12:00pm

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

5 May 2023

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Suppliers MUST complete section 3.6 of the SQ document providing relevant FULL details of 3 reference of a similar nature (ie. number of staff/students) and value to this procurement.

Suppliers must have a mimum turnover of £5m and must indicate compliance in section 4.2 of the SQ document

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice of England

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must generally be brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.