Section one: Contracting authority
one.1) Name and addresses
Education Buying Group Ltd
C/O Browne Jacobson Llp, 15th Floor, 6 Bevis Marks, Bury Court
London
EC3A 7BA
Contact
Nathan Swinney
Telephone
+44 333201015
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.delta-esourcing.com
Buyer's address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-supply-services./R9TJ2W75DD
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Education
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Dynamic Purchasing System for the Provision of Management Information Systems, Financial Management Systems and Budgeting Systems to the Education Sector
two.1.2) Main CPV code
- 72268000 - Software supply services
two.1.3) Type of contract
Services
two.1.4) Short description
Education Buying Group Ltd is inviting Requests to Participate from providers of MIS, FMS and Budgeting Systems for the establishment of a Dynamic Purchasing System for the Provision of Management Information Systems, Financial Management Systems and Budgeting Systems to the Education Sector.
The primary objective of this procurement is to establish a dynamic purchasing system for education establishments and other similar organisations in order that they can access Management Information Systems, Financial Management Systems, Budgeting Systems and associated software services. The dynamic purchasing system seeks to establish a solution for customers to be able to access products easily and quickly while providing choice and value for money. This Dynamic Purchasing System is separated into the following Lots: Lot 1 - Management Information Systems, Lot 2 - Financial Management Systems, Lot 3 - Budgeting Systems, Lot 4 - Combination of MIS/FMS (Lot 1 and 2 combined). The duration of this Dynamic Purchasing System is 48 months from the date of this contract notice. Requests to Participate are welcomed throughout the full duration of this DPS across all lots, however an initial deadline of 12noon 18 November 2024 applies before any Contracting Authority undertakes a further competition.
Available for the education sector and all other customers referenced in this contract notice (below).
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Management Information Systems (MIS)
Lot No
Lot 1
two.2.2) Additional CPV code(s)
- 72212190 - Educational software development services
- 48190000 - Educational software package
- 48219300 - Administration software package
- 48000000 - Software package and information systems
- 48800000 - Information systems and servers
- 48810000 - Information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Provision of Management Information Systems
The Management Information System software should offer the following:
•Intuitive interface and usability for all staff.
•Reliable MIS support for schools.
•Cost effective contract with agreeable terms for contract exit.
•Scalability to support changes in the size and scale of customers Trusts / MATs during the term of a contract.
The MIS should include, but not be limited to the following capabilities:
Attendance Management
Grading and Assessment
Timetable and Scheduling
Communication and Collaboration
A communication solution between staff, students, and parents with features such as messaging, announcements, and document sharing.
Student Information
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: £20,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
The DPS is open to all candidates who submit a request to participate and who successfully meet all the selection criteria.
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
two.2) Description
two.2.1) Title
Financial Management Systems (FMS)
Lot No
2
two.2.2) Additional CPV code(s)
- 48440000 - Financial analysis and accounting software package
- 48441000 - Financial analysis software package
- 48442000 - Financial systems software package
- 48812000 - Financial information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Financial Management systems (FMS)
The Financial Management System software should offer the following:
•Intuitive interface and usability for administration and management staff
•Reliable and real-time financial information and reporting
•Cost effective contract with agreeable terms for contract exit.
•Scalability to support changes in the size and scale of customers Trusts / MATs during the term of a contract.
The FMS should include, but not be limited to the following capabilities:
•General Accounting and reporting
•Purchase to Payment functionality
•Accounts Payable functionality
•Flexibility to structure in line with school’s / Trusts accounts
•Transaction management
•Approval and escalation workflow
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: £20,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
The DPS is open to all candidates who submit a request to participate and who successfully meet all the selection criteria.
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
two.2) Description
two.2.1) Title
Budgeting Systems
Lot No
3
two.2.2) Additional CPV code(s)
- 48190000 - Educational software package
- 48440000 - Financial analysis and accounting software package
- 48441000 - Financial analysis software package
- 48442000 - Financial systems software package
- 48812000 - Financial information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Lot 3 - Provision of Budgeting Systems
Provision of Budgeting application should include (but not be limited to):
•Current Budget,
•Revenue Budgets,
•Budget Development,
•Budget Profiling,
•Forecast Outturns Holding,
•Forecast Outturns Estimate,
•Forward Planning.
The system must have the ability to model changes or create scenarios across all areas (multi scenario budget modelling for multi years / multi academy sites) and must have the ability to consolidate for the MAT. The system must have the ability to import/ export into the finance system.
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: £10,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
The DPS is open to all candidates who submit a request to participate and who successfully meet all the selection criteria.
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
two.2) Description
two.2.1) Title
Provision of MIS/FMS combined. A combination of both Lot 1 and Lot 2 together as a single solution.
Lot No
4
two.2.2) Additional CPV code(s)
- 48190000 - Educational software package
- 72212190 - Educational software development services
- 48219300 - Administration software package
- 48440000 - Financial analysis and accounting software package
- 48441000 - Financial analysis software package
- 48442000 - Financial systems software package
- 48812000 - Financial information systems
- 48000000 - Software package and information systems
- 48800000 - Information systems and servers
- 48810000 - Information systems
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Lot 4 - A combination of both Lot 1 (MIS) and Lot 2 (FMS) together as a single solution for those providers whose solutions can provide both elements.
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: £10,000,000
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.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Objective criteria for choosing the limited number of candidates:
The DPS is open to all candidates who submit a request to participate and who successfully meet all the selection criteria.
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.2.2) Contract performance conditions
As stated in Further Competition Tender documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 November 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2 December 2024
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority considers that electronic orders, invoicing and payment may be used by customers of the DPS. However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
The contractor and its supply chain will be required to actively participate in the achievement of social and/or environmental objectives relating to recruitment, training and supply chain initiatives, and sustainable working. Accordingly, the contract performance conditions may relate in particular to social and/or environmental considerations. This DPS is being established by Education Buying Group Ltd on behalf of other contracting authorities as defined below:
The following Educational Establishments: Nursery School, Primary School, Middle or High School, Secondary School, Academy, Special School, Pupil Referral Unit (PRU), Further Education Colleges, Universities.
England https://www.gov.uk/find-school-in-england
Scotland https://education.gov.scot/ParentZone/find-a-school/
Wales https://gov.wales/my-local-school-guide
Northern Ireland https://www.eani.org.uk/admissions-guides/transfer-between schools/
finda-school
Academies http://www.education.gov.uk/schools/performance/
Universities and Colleges https://www.gov.uk/check-a-university-is-officially-recognised Also available to the following organisations:- Police, fire and rescue, maritime and coastguard agency emergency services:
UK Police Forces https://www.police.uk/forces/
England, Scotland and Wales Fire and Rescue Services
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
Northern Ireland Fire and Rescue Services https://www.nifrs.org/about-nifrs/areas-districts/
UK Maritime & Coastguard Agency
https://www.gov.uk/government/organisations/maritime-andcoastguardagency/
about/access-and-opening
NHS bodies, the HSC (Northern Ireland) and ambulance services:
England NHS https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Scotland NHS https://www.scot.nhs.uk/organisations/
Wales NHS https://www.wales.nhs.uk/nhswalesaboutus/structure
Northern Ireland HSC http://online.hscni.net/hospitals/health-and-social-care-trusts/
England Ambulance Service
https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx
Scotland Ambulance Service http://www.scottishambulance.com/footer/contactus.aspx
Wales Ambulance Service https://www.ambulance.wales.nhs.uk/
Northern Ireland Ambulance Service http://www.nias.hscni.net/contact us-2/contactdetails/
Central government departments and their agencies:
England / UK Central Government https://www.gov.uk/government/organisations
Scotland Government https://www.gov.scot/about/how-government-is-run/directorates/
Wales Government https://gov.wales/about-us
Northern Ireland Government
https://www.northernireland.gov.uk/topics/yourexecutive/government-departments
Registered charities:
England and Wales http://apps.charitycommission.gov.uk/showcharity/registerofcharities/RegisterHomePage.aspx
Scotland https://www.oscr.org.uk/guidance-and-forms/
Northern Ireland https://www.charitycommissionni.org.uk/charity-search/?pageNumber=1
Registered social landlords: government funded, not-for-profit organisations that provide
affordable housing. They include housing associations, trusts and cooperatives:-
England https://www.gov.uk/government/publications/current-registered-providersofsocial-housing
Scotland https://www.housingregulator.gov.scot/landlord-performance
Wales https://gov.wales/housing
Northern Ireland https://www.nidirect.gov.uk/contacts/
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-supply-services./R9TJ2W75DD
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R9TJ2W75DD
GO Reference: GO-20241018-PRO-28191190
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom