Tender

Dynamic Purchasing System for the Provision of Management Information Systems, Financial Management Systems and Budgeting Systems to the Education Sector

  • Education Buying Group Ltd

F02: Contract notice

Notice identifier: 2024/S 000-033679

Procurement identifier (OCID): ocds-h6vhtk-04ad84

Published 18 October 2024, 10:05am



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

Email

procurement@2buy2.com

Telephone

+44 333201015

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.delta-esourcing.com

Buyer's address

www.educationbuying.com

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