Back to tenders & grants page
Learning Management System Education & Training, Information Technology Learning Management System
Receive Tenders like this by email

Learning Management System

Learning Management System has been closed on 15 Feb 2022. It no longer accepts any bids. For further information, you can contact the River Clyde Homes

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

River Clyde Homes

Industry:

Education & Training

Information Technology

Status:

Closed

Timeline

Published:

02 Feb 2022

Deadline:

15 Feb 2022

Value:

Not available

Contacts

Phone:

+44 8000132196

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB439378

Contract Notice (below OJEU threshold)

Section I: Contracting authority

I.1) Name and addresses

River Clyde Homes

Clyde View, 22 Pottery Street

Greenock

PA15 2UZ

UK

Telephone: +44 8000132196

E-mail: [email protected]

NUTS: UKM83

Internet address(es)

Main address: http://riverclydehomes.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12102

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Learning Management System

Reference number: RCH567

II.1.2) Main CPV code

80420000

 

II.1.3) Type of contract

Services

II.1.4) Short description

River Clyde Homes requires to procure the services of an experienced and competent company to provide a Learning Management System. The solution must be in place and operational by 1st May 2022.

A detailed specification for the solution that is required is provided at Appendix E. This should be read and fully understood before submitting a tender response.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Inverclyde

II.2.4) Description of the procurement

River Clyde Homes requires to procure the services of an experienced and competent company to provide a Learning Management System. The solution must be in place and operational by 1st May 2022. 320 users will currently need to access the system.

A detailed specification for the solution that is required is provided at Appendix E. This should be read and fully understood before submitting a tender response.

II.2.5) Award criteria

Criteria below:

Quality criterion: Learning Management System / Weighting: 30.00%

Quality criterion: Implementation Plan / Weighting: 15.00%

Quality criterion: Support & Maintenance / Weighting: 10.00%

Quality criterion: Business Continuity / Weighting: 5.00%

Price / Weighting:  40.00%

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:

The contract will run for an initial four-year duration. RCH may wish, at its sole discretion, to extend any resultant agreement for up to an additional three, 12-month periods, subject to the agreement of the successful bidder.

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

List and brief description of selection criteria:

SPD question 4B.5.1b

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employers Liability Insurance = 5m GBP

Bidders should indicate whether they hold the required cover in the table provided within the SPD


Minimum level(s) of standards required:

SPD Question 4B.6

The bidder’s company name and registration number will be used to obtain a financial risk assessment report from Dun & Bradstreet. Only companies that are deemed to be financially stable, on the strength of their financial report, will be eligible to be a party to the contract. It is the tenderers responsibility to ensure that the information held by Dun & Bradstreet is up to date at the time of submission. If you prefer to have this assessment carried out in respect of a guarantor, such as an ultimate parent body, then you may elect for this option and details of the guarantor should be provided. Bidders should provide their company registration number in the space provided.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

SPD Question 4C.1.2

Provide three examples of the successful delivery of contracts that are close in nature and scope to RCH’s requirement. Bidders require to describe the scope of the contracts, what their responsibilities are / were, what the scale of the contract was, and how they have performed within the contract.

Bidders must also provide written references from two of the three clients listed, with their SPD response. (Pass / Fail)

SPD Question 4.C.2

Please provide details of the pool of staff that will be available to service the contract in the event of a successful bid. The staff member’s core skills, qualifications, accreditations, experience and competency should be provided. (Pass / Fail)

SPD Question 4C.10

Bidders are required to provide details of the proportion of the contract that you intend to subcontract, list the disciplines that will be sub-contracted, provide details of the sub-contractors you intend to sub-contract these works to, and explain how they’ve been selected. A separate SPD for each such subcontractors must be completed. Although sub-contracting in and of itself will not be a reason for a company to fail the SPD stage, failure to provide the required information in relation to sub-contractors may result in your company being removed from the process. (Pass/Fail)


III.2) Conditions related to the contract

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

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.2.2) Time limit for receipt of tenders or requests to participate

Date: 15/02/2022

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 15/02/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

March 2029

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Tender documents must be submitted electronically via the PCS electronic post-box. Any tender not submitted via the post-box will not be considered. Any questions in relation to the tender must be raised via the 'Question and Answer' function of the PCS website.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=681690.

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.publiccontractsscotland.gov.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.

(SC Ref:681690)

VI.4) Procedures for review

VI.4.1) Review body

Greenock Sheriff Court and Justice of the Peace Court

1 Nelson Street

Greenock

PA15 1TR

UK

VI.5) Date of dispatch of this notice

02/02/2022


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more