Leathersellers Federation of Schools has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | LSFED Management Information System (MIS) |
Notice type: | Contract Award Notice |
Authority: | Leathersellers Federation of Schools |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Leathersellers’ Federation comprises three LA maintained schools governed by a single strategic governing board located in the Lewisham, south east London offering education from Nursery to Sixth Form. The Federation wishes to enter into a contract with a Supplier to supply, implement and support a Management Information System (MIS), for use by the Federations schools, including all of its current schools and any future schools that join the Federation over the contract term. Our main objective is to appoint a single provider of a Management Information System, delivered using a cloud hosted or software as a service (SaaS) model for use by the Federation and its schools. The single MIS solution must support from Nursery to Year 13. |
Published: | 14/06/2022 16:24 |
View Full Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Leathersellers Federation of Schools
Adelaide Avenue, London, SE4 1LE, United Kingdom
Tel. +44 2086903710, Email: PN0456-LEA-MISProcurementSupport@novatia.com
Main Address: https://www.leathersellers-federation.com, Address of the buyer profile: https://www.prendergast-school.com/
NUTS Code: UKJ
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: LSFED Management Information System (MIS)
Reference number: Not Provided
II.1.2) Main CPV code:
72212190 - Educational software development services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Leathersellers’ Federation comprises three LA maintained schools governed by a single strategic governing board located in the Lewisham, south east London offering education from Nursery to Sixth Form. The Federation wishes to enter into a contract with a Supplier to supply, implement and support a Management Information System (MIS), for use by the Federations schools, including all of its current schools and any future schools that join the Federation over the contract term. Our main objective is to appoint a single provider of a Management Information System, delivered using a cloud hosted or software as a service (SaaS) model for use by the Federation and its schools. The single MIS solution must support from Nursery to Year 13.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 292,278
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
72200000 - Software programming and consultancy services.
72300000 - Data services.
72600000 - Computer support and consultancy services.
80100000 - Primary education services.
80200000 - Secondary education services.
80400000 - Adult and other education services.
80500000 - Training services.
II.2.3) Place of performance
Nuts code:
UKI - LONDON
UKJ - SOUTH EAST (ENGLAND)
Main site or place of performance:
LONDON
SOUTH EAST (ENGLAND)
II.2.4) Description of the procurement: The Leathersellers’ Federation (LSFED or Federation) comprises three LA maintained schools located in the Lewisham, south east London offering education from Nursery to Sixth Form. The Federation wishes to enter into a contract with a Supplier to supply, implement and support a Management Information System (MIS), for use by the Federation and all of its current schools and any future schools that join the Federation over the contract term. Our main objective is to appoint a single provider of a Management Information System, delivered using a cloud hosted or software as a service (SaaS) model for use by the Federation and its schools. The single MIS solution must support from Nursery to Year 13. There will be a requirement to migrate data from the Federation's incumbent MIS product.
The Federation’s main objectives are:
a) to identify a single provider of a Management Information System, delivered using a cloud hosted or software as a service model (SaaS) that meets the requirements of the Federation and its schools, covering Nursery to Year 13
b) to develop good practice in the use of the MIS across the Federation’s schools by setting a common baseline configuration for the LSFED MIS, with the option for each school to personalise aspects important to their school operations but not to the detriment of the consistency of MIS functionality
c) to reduce user error and to improve efficiency by working towards a single point of truth for all data assets through increased integration with third party products
d) to identify opportunities to rationalise or replace functionality provided by add-on/3rd party products currently in use
e) to enable improved data access, analysis and reporting at the Federation level and particularly for strategic Governor insight
f) to realign contract dates so that MIS contracts co-terminate for all schools
g) to onboard all schools without disruption and to ensure all users are effectively trained in the use of the MIS
We do not currently plan to phase the onboarding of the schools onto the new MIS contract as we aim to implement a Federation-wide Go Live in July 2022.
The maximum contract duration will be seven (7) years and two months (2) from contract signature. The initial term of the Contract shall be for a period of five (5) years and two (2) months (for onboarding), with an option of up to two 1-year extensions.
The Federation is administering the Tender process in accordance with the provisions of the Public Contracts Regulations 2015 (Open Procedure). This requires Tenderers to submit responses to both the Selection Questionnaire and the Evaluation Questions included within the Invitation to Tender by the tender deadline. All Tenderers that pass all mandatory and minimum elements of the Selection Questionnaire will have their responses to the Evaluation Questions within the Invitation to Tender evaluated.
II.2.5) Award criteria:
Not Provided
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
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/U6PEA34QF6
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-005474
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/06/2022
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Bromcom Computers PLC, 02040690
44 Masons Hill, Bromley, BR2 9JG, United Kingdom
NUTS Code: UKJ
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 292,278
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=697850744
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office, London, United Kingdom
Tel. +44 3450103503, Email: publicprocurementreview@cabinetoffice.gov.uk
Internet address: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 14/06/2022