Contract

The Provision of a Learning Experience Platform for City of Glasgow College

  • City of Glasgow College

F03: Contract award notice

Notice identifier: 2022/S 000-035109

Procurement identifier (OCID): ocds-h6vhtk-02e0b0

Published 12 December 2022, 4:13pm



Section one: Contracting authority

one.1) Name and addresses

City of Glasgow College

190 Cathedral Street

Glasgow

G4 0RF

Contact

Charles Kennedy

Email

Charles.Kennedy@cityofglasgowcollege.ac.uk

Telephone

+44 1413755176

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.cityofglasgowcollege.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision of a Learning Experience Platform for City of Glasgow College

Reference number

CS/CoGC/22/13

two.1.2) Main CPV code

  • 48000000 - Software package and information systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

City of Glasgow College is looking to procure a Learning Experience Platform (LXP). The purpose of this project is to purchase a platform, which can provide cutting-edge, blended learning opportunities for employees, which are accessible anywhere, anytime and on any device. The LXP must have robust record storage capability and features for tracking, profiling and reporting on individual and group learning. It must also provide booking functionality for in-person and virtual learning arrangements. This project will support the operational and strategic objectives of City of Glasgow College through Organisational Development activities. The project will enable the Organisational Development team to ‘Let Learning Flourish’ through inspiring, innovative and excellent learning opportunities for all employees, hosted on a purpose-built platform. The LXP will provide an engaging learning space and support City of Glasgow College on its continuous improvement journey.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £250,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

190 Cathedral St,

Glasgow,

G4 0RF

two.2.4) Description of the procurement

City of Glasgow College is looking to procure a Learning Experience Platform (LXP). The purpose of this project is to purchase a platform, which can provide cutting-edge, blended learning opportunities for employees, which are accessible anywhere, anytime and on any device. The LXP must have robust record storage capability and features for tracking, profiling and reporting on individual and group learning. It must also provide booking functionality for in-person and virtual learning arrangements. This project will support the operational and strategic objectives of City of Glasgow College through Organisational Development activities.

two.2.5) Award criteria

Quality criterion - Name: Technical Matrix / Weighting: 50

Price - Weighting: 50

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 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: 2021/S 000-022850


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

30 June 2022

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 0

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Cornerstone OnDemand

4 Coleman Street

London

EC2R 5AR

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.cornerstoneondemand.com/uk/solutions/learning-and-development-lms/?utm_campaign=LGEN_adwords-UK&utm_medium=cpc&utm_source=adwords&utm_content=request-demo&gclid=EAIaIQobChMIpfXGs7r0-wIVBsbtCh1o1wJNEAAYASAAEgKwrvD_BwE

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £250,000


Section six. Complementary information

six.3) Additional information

Bidders may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Declarations and Certificates:

In an open tendering procedure prior to any award being made the successful bidder must provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Questionnaire.

All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.

Schedule A – Instructions and Information for Completion;

Schedule B – Scope of Requirement;

Schedule C – Contract Management;

Schedule D – Evaluation of Tender;

Appendix A – Form of Tender;

Appendix B – Freedom of Information;

Appendix C – SUSTAIN Supply Chain Code of Conduct;

Appendix D – CoGC Terms and Conditions;

Appendix E – PECOS Supplier Adoption Form;

Appendix F – Pricing Schedule/Supplier Response Form;

Appendix G- GDPR Assurance Assessment;

Appendix H – Not Used;

Appendix I – CoGC Brand Guidelines;

Appendix J – Not Used;

Appendix K – Response Guidance – Equality, Diversity & Inclusion;

Appendix L – Community Benefits Examples;

Appendix M – Not Used;

Appendix N – KPI Supplier Scorecard;

Appendix O – Not Used;

Appendix P – Not Used;

Appendix W – LXP Sandbox User Names;

Appendix X – LXP Project Plan Expectation;

Appendix Y – LXP Sandbox User Test Plan;

Appendix Z – LXP Specification Matrix;

In the case of an open tender this information will not be required to be uploaded and submitted with the bid, but will instead be requested by the College following the conclusion of the evaluation of the Qualification, Technical and Commercial Questionnaires and prior to the award of the tender.

Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the Qualification Questionnaire, will invalidate any bid. In this scenario the College will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on, and upon verification will award the contract to this bidder instead.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is [project_19661]. For more information see:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

(SC Ref:716623)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414185248

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court