Tender

Learning Management Software System

  • Portsmouth City Council

F02: Contract notice

Notice identifier: 2023/S 000-029290

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

Published 4 October 2023, 3:22pm



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/

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