Tender

Apprenticeships Management System (AMS)

  • Nottingham Trent University (NTU)

F02: Contract notice

Notice identifier: 2023/S 000-018716

Procurement identifier (OCID): ocds-h6vhtk-03ddf6

Published 30 June 2023, 3:24pm



Section one: Contracting authority

one.1) Name and addresses

Nottingham Trent University (NTU)

50 Shakespeare Street

Nottingham

NG1 4FQ

Contact

Alexei Lambley-Steel

Email

alexei.lambley-steel@ntu.ac.uk

Telephone

+44 1158484590

Country

United Kingdom

Region code

UKF - East Midlands (England)

National registration number

GB 277399933

Internet address(es)

Main address

www.ntu.ac.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/128806

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70221&B=NTU

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70221&B=NTU

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

Apprenticeships Management System (AMS)

Reference number

NTU/23/2389/ALS

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The University delivers two types of Apprenticeships across circa. 2000 learners:

1. Apprenticeships covering various Schools in NTU

2. Further Education (post 16) Apprenticeships which are mainly based out at the Brackenhurst Campus

The overall goal of this Project as part of the Student Data Transformation programme, is to ensure that Apprenticeships data is compliant, manageable, scalable, accessible to those that need it, and that the data quality is sound. We will procure a new solution to achieve this goal.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKF - East Midlands (England)

two.2.4) Description of the procurement

The University delivers two types of Apprenticeships across circa. 2000 learners:

1. Apprenticeships covering various Schools in NTU

2. Further Education (post 16) Apprenticeships which are mainly based out at the Brackenhurst Campus

The risk of compliance and quality failure is high as a direct result of the current systems landscape and the surrounding processes.

Ofsted reputational damage is key, and a negative Ofsted audit would be followed up with further audits from Ofsted and the ESFA.

In addition to this, our volume of apprenticeships, both in courses and student numbers has grown whilst our systems haven’t matured to cope with this increase – and this increase is set to continue with the apprenticeship program being an area of growth for the University.

For the previous 2 years we have had a 7% growth which looks set to continue this year. The official target planning numbers for 23/24 are 540 new apprentices, but we will likely add additional courses to support local and regional business needs, particularly for the NHS.

It is very challenging for colleagues managing the data due to so many sources and places it is kept, impacting consistent processing and accurate reporting.

Resulting Risk - We get funding removed if we cannot provide the correct information i.e. An ESFA audit failure could result in clawback of funds.

Resulting Risk – Reputational damage to NTU from poor Ofsted ratings impacting employer and apprentice uptake.

The overall goal of this Project as part of the Student Data Transformation programme, is to ensure that Apprenticeships data is compliant, manageable, scalable, accessible to those that need it, and that the data quality is sound. We will procure a new solution to achieve this goal.

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: £600,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Contract has the option to extend for 2 x 12-month periods, subject to satisfactory performance of the Supplier with agreed Service Level Agreement

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


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: Yes

four.2) Administrative information

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

Date

31 July 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

31 July 2023

Local time

12:00pm


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

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom