Contract

Learning Management Software System

  • Portsmouth City Council

F03: Contract award notice

Notice identifier: 2024/S 000-027437

Procurement identifier (OCID): ocds-h6vhtk-0407f5

Published 28 August 2024, 2:02pm



Section one: Contracting authority

one.1) Name and addresses

Portsmouth City Council

Civic Offices,Guildhall Square

PORTSMOUTH

PO12AL

Contact

Procurement Service

Email

procurement@portsmouthcc.gov.uk

Telephone

+44 2392688235

Country

United Kingdom

Region code

UKJ31 - Portsmouth

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.portsmouth.gov.uk/

Buyer's address

https://in-tendhost.co.uk/portsmouthcc/aspx/home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Learning Management Software System

Reference number

P00004863

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

Portsmouth City Council (The Council) has awarded a contract for the provision of a Learning Management System.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £180,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 48100000 - Industry specific software package
  • 48931000 - Training software package

two.2.3) Place of performance

NUTS codes
  • UKJ31 - Portsmouth

two.2.4) Description of the procurement

The learning management system (LMS) will need to handle all aspects of the learning process:

· organisational training content hosted, delivered, and tracked.

· training administration automated.

· learner engagement and participation monitored.

· CPD records held; and

· data stored for reporting (including statutory) purposes.

Having a LMS is also a fundamental pillar of the employee experience and an area that can contribute significantly to employee engagement and improve our ability to grow our own talent and retain key skills.

The reporting and recording functions are a key management tool in the LMS, enabling managers to monitor compliance with mandatory and statutory training. Reporting also enables the monitoring of access to development opportunities to ensure they are fair and don't disadvantage any group of people and is a key tool in workforce and succession planning activity.

Crucially, LMS reporting tools support managers, directorates, and schools where there is an inspection requirement e.g., Ofsted / CQC to evidence training undertaken. The tools should also ensure that key information required for Freedom of Information requests, Subject Access Requests, investigations, and insurance compliance, mitigate the risk to Portsmouth City Council.

The LMS should also provide our registered professions e.g., Social Workers, Occupational Therapists, Teachers with a single place to record their continual professional development

(CPD), Key to Portsmouth City Council's Workforce and OD Strategy, the LMS should support delivery of a smooth employee onboarding experience through role specific induction

pathways, ability to act on personal development plans and alignment to career pathways all of which are central to delivering our priorities of retention and development of our workforce.

The LMS should automate course bookings and course registers; record attendance, send

out reminders, confirmations, and evaluations. The LMS must also enable partner agencies and those without access to the Council network to access training in a convenient way on any device.

The initial contract period will be 4 years with the option to extend on a yearly rolling basis.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 65

Cost criterion - Name: Cost / Weighting: 35

two.2.11) Information about options

Options: Yes

Description of options

The estimated contract value is based on a 4 year term in accordance with the Public Contract Regulations 2015 section 6 (19) (b).

If extension options are taken up past the 4 year period then the value will increase accordingly.


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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-029290


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 August 2024

five.2.2) Information about tenders

Number of tenders received: 15

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

SkillGate Ltd

Gabem House, Heyshott

Midhurst

GU29 0DP

Country

United Kingdom

NUTS code
  • UKJ2 - Surrey, East and West Sussex
Companies House

03647432

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £180,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom