Contract notice
Section I: Contracting
authority
I.1) Name and addresses
UKROEd Limited
First Floor Colwyn Chambers, 19 York Street
Manchester
M2 3BA
UK
Contact person: Dean Meredith
E-mail: dean.meredith@ukroed.org.uk
NUTS: UK
Internet address(es)
Main address: www.ukroed.org.uk
Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43212
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.mytenders.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.mytenders.co.uk
I.4) Type of the contracting authority
Other: Private not-for-profit company
I.5) Main activity
Other: National Driver Offender Retraining
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
UKROEd Learning Management System for Project MApp
II.1.2) Main CPV code
48517000
II.1.3) Type of contract
Supplies
II.1.4) Short description
Project MApp is to procure a business management solution that will deliver the consolidation of several critical business processes around
a single/integrated management application solution. This procurement is about tendering for the individual LMS system that will then be one of the
systems that will be integrated with the wider business management solution.
II.1.5) Estimated total value
Value excluding VAT:
170 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48000000
80000000
80500000
II.2.3) Place of performance
NUTS code:
UKD33
Main site or place of performance:
First Floor of Colwyn Chambers, 19 York Street, Manchester, M2 3BA
II.2.4) Description of the procurement
To address the challenges of organisational growth and scale, UKROEd has commissioned Project MApp (Management Application), which will deliver an integrated business management solution that will improve organisational and staff efficiency, ensure high data quality and accuracy to support timely decision making, and provide an exceptional user experience for our staff and external stakeholders. It will deliver the consolidation (and where possible automation) of critical business processes around an integrated solution.
This holistic solution will not be a single logical product or technology platform and will at least comprise of a Learning Management Solution (LMS) and a Customer Relationship Management System (CRM), to be sourced separately but branded and acting (where required) cohesively as a single, integrated system in terms of the user journey. MApp in totality will facilitate much of UKROEd’s core business including stakeholder engagement, trainer and provider licence management, training interventions (face-to-face and e-learning) and live events / conferences.
This procurement is about tendering for the individual LMS system. The LMS is being ‘frontloaded’ ahead of core the CRM owing to a simpler requirement set. UKROEd is looking to procure a fully functional LMS to support the effective management of UKROEd’s Academy training provision (as well as some non-Academy materials). It will accommodate a wide variety of different learning interventions and formats such as self-directed e-learning, facilitated e-learning, live events/webinars and classroom-based courses and will also accommodate and optimise relevant back-office processes, inclusive of reporting and insights generation.
This market brief seeks to outline the scope and vision of solution to be delivered, with a particular focus on the LMS as ‘Phase 1’ of the MApp project.
‘Phase 2’, including the Customer Relationship Management (CRM) will be sourced separately at a later date.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
Four further 12 month extensions (4+1+1+1+1)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2024/S 000-037140
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/01/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
20/01/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=233333.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:233333)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.2) Body responsible for mediation procedures
UKROEd Limited
First Floor Colwyn Chambers, 19 York Street
Manchester
M2 3BA
UK
E-mail: dean.meredith@ukroed.org.uk
Internet address(es)
URL: www.ukroed.org.uk
VI.4.4) Service from which information about the review procedure may be obtained
UKROEd Limited
First Floor Colwyn Chambers, 19 York Street
Manchester
M2 3BA
UK
E-mail: dean.meredith@ukroed.org.uk
Internet address(es)
URL: www.ukroed.org.uk
VI.5) Date of dispatch of this notice
04/12/2024