Section one: Contracting authority
one.1) Name and addresses
The Education and Training Foundation
Third Floor, 157 - 197 Buckingham Palace Road
London
SW1W 9SP
tenderqueries@etfoundation.co.uk
Telephone
+44 2037408280
Country
United Kingdom
NUTS code
UKI - London
Internet address(es)
Main address
http://www.et-foundation.co.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28768
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Other type
Charity
one.5) Main activity
Other activity
IT/Digital
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Strategic Learning Partner (via Learning Management System implementation)
Reference number
IMT 21/22.1
two.1.2) Main CPV code
- 72266000 - Software consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
We are seeking a supplier who will: lead on our digital transformation programme to achieve our desired target state, including LMS at its core; be a strategic learning partner for the ETF who shares a vision and a roadmap for the future; and build an effective minimum viable product (MVP) in early 2023, to enable the ‘as is’ digital estate to consolidate with the expansion of the target state.
two.1.5) Estimated total value
Value excluding VAT: £1,250,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48190000 - Educational software package
- 72212190 - Educational software development services
- 80000000 - Education and training services
- 72200000 - Software programming and consultancy services
- 72266000 - Software consultancy services
- 73220000 - Development consultancy services
- 79415200 - Design consultancy services
- 72222300 - Information technology services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Our existing digital estate is not fit for purpose and does not deliver the outputs required by ETF. This is because of inherited/legacy systems and a lack of clear digital strategy and investment. This means that systems performance impacts operations, and represents an increased risk of data breaches, increased reputational risk, and potential negative financial impact caused by an inability to develop systems and new services. We are therefore seeking a supplier who will: lead on our digital transformation programme to achieve our desired target state, including LMS at its core; be a strategic learning partner for the ETF who shares a vision and a roadmap for the future; and build an effective minimum viable product (MVP) in early 2023, to enable the ‘as is’ digital estate to consolidate with the expansion of the target state.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The initial term will be three years with a budget of up to 900000GBP including VAT and there will be a two year optional extension period.
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 2022/S 000-025003
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 November 2022
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
21 November 2022
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=227600.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:227600)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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