Contract notice

Information

Published

Expire date: 23/08/2023

External Reference: 2023-515625

FTS Reference: 2023-020175

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

Ravensbourne University London
Penrose Way
London
SE10 OEW
UK
Contact person: Margaret Newson
NUTS code:  UKI -  LONDON
Internet address(es):
Main address: www.rave.ac.uk

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70657&B=LUPC
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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

Ravensbourne University London replacement Virtual Learning Environment solution.
Reference number:  Ref: ITPR110B
II.1.2)

Main CPV code

48190000  -  Educational software package
II.1.3)

Type of contract

Supplies
II.1.4)

Short description

Ravensbourne University London invites tenders for the provision of a replacement Virtual Learning Environment solution.
The project intends to retire, archive, and migrate active content data from the existing VLE system as part of introducing a new VLE solution.
The University requires a cloud-hosted, Software as a Service, solution to meet these requirements on a cost beneficial basis.
The VLE solution will need to integrate with several other key University systems, primarily the student record system SITS.
II.1.5)

Estimated total value

Value excluding VAT: 523000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48190000  -  Educational software package
48000000  -  Software package and information systems
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Ravensbourne University London
II.2.4)

Description of the procurement

Ravensbourne University London hereby invites tenders for the provision of a replacement Virtual Learning Environment solution.
The University previously went out to tender for a new VLE in autumn 2022. However, with the development of a new growth strategy to rapidly increase our student population, as well as plans to put in place a new IT Strategy - following the appointment of a new Director of IT – it was felt prudent to end the tender exercise early in the context of such emerging change.
There is already an existing VLE in place. However, it has been decided to re-tender for a replacement service that provides an enhanced end-user experience and opportunities for product development.
The project intends to retire, archive, and migrate active content data from the existing VLE system as part of introducing a new VLE solution.
The University therefore requires a cloud-hosted, Software as a Service, solution to meet these requirements on a cost beneficial basis.
The VLE solution will need to integrate with several other key University systems, primarily Tribal SITS, the student record system and Turnitin (for coursework submission).
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: 523000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:  
Possible extension of 24 months dependent on future requirements of University.
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.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As per procurement documents.
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

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 the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  14/08/2023
Local 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

Tender must be valid until:  26/09/2023
IV.2.7)

Conditions for opening of tenders

Date:  14/08/2023
Local time:  12:00
Place:  
Via e tendering portal only.

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic invoicing will be accepted
Electronic payment will be used
VI.4)

Procedures for review

VI.4.1)

Review body

Royal Courts of Justice
London
UK