Scope
Description
Purpose
To provide all MOD schools and settings with a secure web-delivered management information system (MIS).
Objectives
To provide all MOD schools/settings from Early Years through to sixth form, with a Management Information System (MIS) suitable for the educational phase of each school. The system must accommodate the Schools' overseas circumstances including differing time zones when recording pupil information and attendance. Access to training and help desk support across all Schools/settings, roles and time zones. Delivery of staff training covering all modules with a focus on functionality and exploitation of MIS available throughout contract in various, accessible forms.
The Requirement is for a twenty-four (24) month contract with a two (2) x twelve (12) month option periods. It is required to be fully operational by 01 Apr 2026, as such there is the need for a Transition Phase between 01 Jan 2026 (TBC) until 31 March 2026 alongside the current incumbent, to include training and support with migration.
The MIS needs to able to interface with the SQA (Scottish Qualifications Authority), therefore the SQA must recognise the Successful Supplier as having working partnership with them in time for transition, from 01 Jan 2026 (TBC).
For more information please see the Statement of Requirement, attached within the PSQ.
Total value (estimated)
- £291,666.67 excluding VAT
- £350,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 January 2026 to 31 March 2028
- Possible extension to 31 March 2030
- 4 years, 3 months
Description of possible extension:
two (2) x twelve (12) month option periods.
Options
The right to additional purchases while the contract is valid.
To implement an additional virtual school.
Main procurement category
Goods
CPV classifications
- 48190000 - Educational software package
Justification for not using lots
The future data collection across all MOD Schools is to come from one supplier to ensure data is combined in to one analytical piece. Currently, data and analysis is kept separate across the two different systems and standards between all schools cannot be compared nor standardised. DCS must ensure performance and progress across all schools can be directly compared and be able to quickly identify issues. Having one system will also achieve cost saving measures as only one piece of software will be required. Additionally, staffing capacity within DCS means they do not have the resourcing to conduct the combining of two strands of analytical info.
Participation
Technical ability conditions of participation
The MIS needs to able to interface with the SQA (Scottish Qualifications Authority), therefore the SQA must recognise the Supplier as having working partnership with them in time for transition, from 01 Jan 2026 (TBC). You will be asked in the PSQ to confirm you are prepared to ensure your MIS can interface with the SQA.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
18 July 2025, 11:59pm
Submission type
Requests to participate
Deadline for requests to participate
8 August 2025, 11:59pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Suppliers to be invited to tender
Minimum 1 suppliers
Award decision date (estimated)
30 September 2025
Recurring procurement
Publication date of next tender notice (estimated): 1 March 2029
Award criteria
Name | Description | Type |
---|---|---|
Mandatory Criteria | Quality | |
Technical Response (inc. Social Value) | Quality | |
Price (Total to deliver requirement) | Any tenders over budget will be deemed to be non-compliant. |
Price |
Weighting description
Best Technically Affordable Tender
Other information
Payment terms
Payments will be made via the Contracting, Purchasing and Finance (CP&F) system / EXOSTAR.
Payment to be made in the form of quarterly milestone payments, paid within 30 days of invoice received when the service, training and support has been received to an acceptable standard.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
Stage 1 - PSQ Submissions and Evaluation
Stage 2 - Compliant Suppliers from Stage 1 will be invited to Tender. The Tendering process will consist of:
1. Technical Stage 1: Technical Response (inc. Social Value)
2. Combined Commercial (inc Price) and Technical Evaluation.
The Authority reserves the right to invoke a 2nd Technical Stage.
3. Technical Stage 2: Demonstration of MIS
If invoked, the highest ranking (compliant and in-budget) Supplier will be invited to demonstrate their MIS offering via a one (1) Hour Microsoft Teams Meeting. This demonstration will provide an opportunity to showcase and substantiate the claims outlined in tender submissions. The Authority reserves the right to amend the technical scores following the demonstration. Should the scores be amended, and the amended scores change the outcome of the Combined Commercial and Technical Evaluation, the second ranking Supplier shall be invited to demonstrate, and so forth.
Documents
Associated tender documents
712648450_Statement_of_Requirement.docx
Statement of Requirement
Documents to be provided after the tender notice
via the DSP Opportunity
Contracting authority
Ministry of Defence
- Public Procurement Organisation Number: PHVX-4316-ZVGZ
Army Headquarters, Marlborough Lines, Monxton Road
Andover
SP11 8HT
United Kingdom
Email: Sophie.Davis327@mod.gov.uk
Website: https://www.gov.uk/government/organisations/ministry-of-defence
Region: UKJ36 - Central Hampshire
Organisation type: Public authority - central government