ICT is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Management Information Systems (MIS) Schools |
Notice type: | Contract Notice |
Authority: | ICT |
Nature of contract: | Supplies |
Procedure: | Open |
Short Description: | Telford and Wrekin Council is a Unitary authority with a gross Revenue budget of £400 million per annum. Key drivers within the Authority are Value for Money and business efficiency. The need for the procurement of a replacement Schools Management Information System has been identified to replace or migrate the existing system in place hence to meet these requirements the authority is tendering for the supply and implementation of an integrated Schools Management Information software solution to manage each school. |
Published: | 26/03/2021 17:27 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Telford & Wrekin Council
Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
Tel. +44 1952383729, Fax. +44 1952383729, Email: rachel.best@telford.gov.uk
Contact: Corporate Procurement
Main Address: www.telford.gov.uk, Address of the buyer profile: www.telford.gov.uk
NUTS Code: UKG21
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-Telford:-Educational-software-package./PWEG2CPC9M
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
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Management Information Systems (MIS) Schools
Reference Number: MIS 2021
II.1.2) Main CPV Code:
48190000 - Educational software package.
II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: Telford and Wrekin Council is a Unitary authority with a gross Revenue budget of £400 million per annum. Key drivers within the Authority are Value for Money and business efficiency. The need for the procurement of a replacement Schools Management Information System has been identified to replace or migrate the existing system in place hence to meet these requirements the authority is tendering for the supply and implementation of an integrated Schools Management Information software solution to manage each school.
II.1.5) Estimated total value:
Value excluding VAT: 400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
48190000 - Educational software package.
II.2.3) Place of performance:
UKG21 Telford and Wrekin
II.2.4) Description of procurement: The Council wishes to establish a multi Supplier Framework Agreement for any School inside or outside the Borough that purchases Telford and Wrekin Council's ICT Managed Services. The Council requires a live environment Management Information Software (MIS) solution.
The framework will cover the business types below:
Primary Schools – both infant and junior
Secondary Schools
City Technology College
Special Schools
Infant Schools
Free Schools
Pupil Referral Units
Academy
Multi-Academy Trust
There is a mixture of business types using our existing framework. There are currently around 65 schools using our framework.
We expect the academy status to increase over the coming years and for Telford & Wrekin to actively sell services to additional schools outside of Telford & Wrekin which will use this framework to access MIS systems.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: System Functionality / Weighting: 20
Quality criterion - Name: Support & Contract Management / Weighting: 20
Quality criterion - Name: Implementation Process / Weighting: 20
Quality criterion - Name: Social Value / Weighting: 10
Quality criterion - Name: Environmental / Weighting: 10
Cost criterion - Name: Cost of Core Functionality, training & Support / Weighting: 20
II.2.6) Estimated value:
Value excluding VAT: 400,000
Currency: GBP
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: Re procurement of the same provision in approx 36months time
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
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: Please ensure that you allow yourself at least 2 hours when responding to this invite prior to the closing date and time, especially if you have to upload multiple documents. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all documents in an application like WinZip.
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
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
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
Not Provided
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 10
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: 30/04/2021 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): 3
IV.2.7) Conditions for opening of tenders:
Date: 30/04/2021
Time: 12:00
Place:
Democratic Services
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 36 months
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.
Please ensure that you allow yourself at least 2 hours when responding to this invite prior to the closing date and time, especially if you have to upload multiple documents. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all documents in an application like WinZip.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Telford:-Educational-software-package./PWEG2CPC9M
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PWEG2CPC9M
VI.4) Procedures for review
VI.4.1) Review body:
Telford & Wrekin Council
Ironmasters Way, Telford, TF3 4NT, United Kingdom
Tel. +44 1952383200
Internet address: www.telford.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Telford & Wrekin Council
Borough of Telford & Wrekin, Darby House, Lawn Central, Telford, TF3 4JA, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 26/03/2021
Annex A