Section one: Contracting authority
one.1) Name and addresses
Portsmouth City Council
Civic Offices,Guildhall Square
PORTSMOUTH
PO12AL
Contact
Procurement Service
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/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/portsmouthcc/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/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) is inviting tenders from suitably qualified suppliers to provide a Learning Management System.
The Council have operated a Learning Management System (LMS) since March 2010. The system was hosted on premise and known as the Portsmouth Learning Gateway (PLG). It provided a basic functionality that enabled self-services access to a menu of courses provided by Learning and Development (L&D) that were either mandatory (for governance and compliance purposes), part of continuous professional development (CPD) for regulated professions, such as social workers, or were part of suite of management and leadership development modules. In July 2022 the PLG system provider advised PCC of their intention to cease trading in the near future and an interim solution has been in place which means that is becoming increasingly critical that a new Learning Management System is secured to meet organisational priorities.
two.1.5) Estimated total value
Value excluding VAT: £255,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48100000 - Industry specific software package
- 48930000 - Training and entertainment software package
two.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
two.2.4) Description of the procurement
Portsmouth City Council (The Council) is inviting tenders from suitably qualified suppliers to provide a Learning Management System.
The Council have operated a Learning Management System (LMS) since March 2010. The system was hosted on premise and known as the Portsmouth Learning Gateway (PLG). It provided a basic functionality that enabled self-services access to a menu of courses provided by Learning and Development (L&D) that were either mandatory (for governance and compliance purposes), part of continuous professional development (CPD) for regulated professions, such as social workers, or were part of suite of management and leadership development modules. In July 2022 the PLG system provider advised PCC of their intention to cease trading in the near future and an interim solution has been in place which means that is becoming increasingly critical that a new Learning Management System is secured to meet organisational priorities.
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.
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.
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: £255,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract period will be 4 years with the option to extend on a yearly rolling basis.
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 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
3 November 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
3 November 2023
Local time
12:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Telephone
+44 2079476000
Country
United Kingdom