City, University of London is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Curriculum Management Solution |
Notice type: | Contract Notice |
Authority: | City, University of London |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | City, University of London has a requirement for a cloud-based Curriculum Management system (CMS). The CMS System is required to support the life cycles of our programmes and courses from first conception through all areas of approval, quality assurance, marketing, delivery, and retirement. |
Published: | 09/10/2023 12:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
City, University of London
10 Northampton Square, London, EC1V 0HB, United Kingdom
Tel. +44 2070408022, Email: david.burrows@city.ac.uk
Contact: David Burrows
Main Address: www.city.ac.uk
NUTS Code: UKI31
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.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:-Educational-software-package./226Z82WBJD
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Curriculum Management Solution
Reference Number: 24/001
II.1.2) Main CPV Code:
48190000 - Educational software package.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: City, University of London has a requirement for a cloud-based Curriculum Management system (CMS). The CMS System is required to support the life cycles of our programmes and courses from first conception through all areas of approval, quality assurance, marketing, delivery, and retirement.
II.1.5) Estimated total value:
Value excluding VAT: 750,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
72263000 - Software implementation services.
72261000 - Software support services.
72265000 - Software configuration services.
II.2.3) Place of performance:
UKI31 Camden and City of London
II.2.4) Description of procurement: City, University of London has a requirement for a cloud-based Curriculum Management system (CMS). The CMS System is required to support the life cycles of our programmes and courses from first conception through all areas of approval, quality assurance, marketing, delivery, and retirement. A Curriculum Management System will enable City to streamline its programme approval process, enabling a greater emphasis on curriculum development and enhancement. The University aims to implement a system which will create a master source for curriculum information that integrates with existing and future downstream applications and enable a more efficient and responsive use of curriculum data. The system will facilitate better collaboration between key stakeholders in programme approval and delivery and reduce the academic burden for paperwork. It will also enable better tracking and version control of documents to reduce errors and duplication, establishing one centralised location, meaning documents are stored electronically, with approvals given online and staff no longer have to manually locate files or sign off.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 750,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: There will be options to extend the period of the contract by up to a maximum of a further 24 months, subject to contractor performance and the Authority's continued business requirements.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/226Z82WBJD
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Selection criteria as stated in the procurement documents
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
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
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the 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: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 24/11/2023 Time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 5
IV.2.7) Conditions for opening of tenders:
Date: 24/11/2023
Time: 13:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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.
City has included an extended Preferred Bidder Phase (PBP), which commences when Intention to Award is Notified, and runs concurrently with the Standstill Period. A detailed description of this process is available within the procurement documentation.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Educational-software-package./226Z82WBJD
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/226Z82WBJD
VI.4) Procedures for review
VI.4.1) Review body:
City University
Northampton Square, London, EC1V 0HB, United Kingdom
Tel. +44 2070408022, Email: david.burrows@city.ac.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
City will include a Standstill (Alcatel) Period following notification of intention to award, which will be a minimum of ten calendar days.
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 09/10/2023
Annex A