Innovative, value adding VLE Systems and Associated Services

Framework for Virtual Learning Environment Management Solutions and Associated Services for Universities and Colleges in Scotland and the UK, including provision of all software and any associated licensing. Potential Services include, but are not limited to: System Implementation; Migration Support; Support and Maintenance; Hosting. Required solutions should have the capability …

CPV: 72000000 It-tjenester: rådgivning, programmeludvikling, internet og support, 72261000 Programmelsupport, 48000000 Programpakker og informationssystemer, 48611000 Databaseprogrampakke, 48190000 Programpakke til undervisningsformål
Frist:
20. maj 2025 17:00
Type af frist:
Afgivelse af et tilbuddet
Henrettelsessted:
Innovative, value adding VLE Systems and Associated Services
Tildelende organ:
APUC Limited
Tildelingsnummer:
ITS1065 AP

1. Buyer

1.1 Buyer

Official name : APUC Limited
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Education

2. Procedure

2.1 Procedure

Title : Innovative, value adding VLE Systems and Associated Services
Description : Framework for Virtual Learning Environment Management Solutions and Associated Services for Universities and Colleges in Scotland and the UK, including provision of all software and any associated licensing. Potential Services include, but are not limited to: System Implementation; Migration Support; Support and Maintenance; Hosting. Required solutions should have the capability to operate effectively across multi-campus environments. The framework agreement includes: Lot1 - Proprietary VLE Solutions and Associated Services Lot2 - Development, Support and Hosting of Moodle VLE Solutions and Associated Services The agreement will be open to the members of Advanced Procurement for Universities and Colleges (APUC Limited) and other UK procurement consortia as listed further below.
Procedure identifier : 71348867-7008-4c56-be12-c8dbfbd9c907
Internal identifier : ITS1065 AP
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48611000 Database software package
Additional classification ( cpv ): 48190000 Educational software package

2.1.2 Place of performance

Postal address : APUC Limited Unit 27, Stirling Business Centre Wellgreen
Town : Stirling
Postcode : FK8 2DZ
Country : United Kingdom
Additional information : The main site or place of performance is the United Kingdom

2.1.3 Value

Estimated value excluding VAT : 45 000 000 Pound sterling

2.1.4 General information

Additional information : The following should be submitted prior to award. It is for information only and will not be scored: Form of Tender (Appendix A), FOI disclaimer (Appendix B), APUC Supply Chain Code of Conduct (Appendix D), GDPR Assurance Assessment (Appendix J), SCM RP is the Authority's designated tool for contracted suppliers to keep up-to-date essential information on their company, which allows the Authority to get an insight into their company’s general standing, commitment to preventing modern slavery and addressing climate change, as well as their pledge to fair and decent working practices for their staff. Tenderers must confirm that they will commit to completing SCM RP Section 1 on award. It is for information only and will not be scored but is a requirement of this tender and will be included in the contractual terms. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28882. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: This is a specialist multi-supplier framework within which sub-contracting opportunities are limited. Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Provision of training opportunities to staff and students, apprenticeships and potential investment in Institution local communities. (SC Ref:794330)
Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Purely national exclusion grounds : Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. All exclusion grounds; Refer to Procurement Documents and PCS-T for more information

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Proprietary VLE Systems and Associated Services
Description : Framework for VLE Solutions and Associated Services for Universities and Colleges in Scotland: Lot 1, Proprietary VLE Systems, including provision of all "commoditised off the shelf"(COTS)software and any associated licensing. Potential Services include, but are not limited to: System Implementation; Migration Support; Support and Maintenance; Hosting. Required solutions should have the capability to operate effectively across multi-campus environments. This framework agreement is available to participation from Full and Associate Members, and future members, within the UK higher education regional purchasing consortia as follows: Advanced Procurement Universities and Colleges (APUC Ltd) and associated members listed in Appendix E. http://www.apuc-scot.ac.uk/#!/members Southern Universities Purchasing Consortium (SUPC); https://www.supc.ac.uk/about-us/our-members/our-members London Universities Purchasing Consortium (LUPC); https://www.lupc.ac.uk/member-list North Eastern Universities Purchasing Consortium (NEUPC); https://www.neupc.ac.uk/our-members North Western Universities Purchasing Consortium (NWUPC); https://www.nwupc.ac.uk/our-members Higher Education Purchasing Consortium, Wales (HEPCW). http://www.hepcw.ac.uk/members/ Crescent Purchasing Consortium (CPC) https://www.thecpc.ac.uk/
Internal identifier : ITS1065 AP - Lot1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48611000 Database software package
Additional classification ( cpv ): 48190000 Educational software package
Options :
Description of the options : Two further periods of twelve (12) months at the sole discretion of the Authority.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : Scotland

5.1.3 Estimated duration

Start date : 15/07/2025
Duration end date : 15/07/2027

5.1.6 General information

This is a recurrent procurement
Description : Estimated timing for further notices to be published: 48 months
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member Institutions using sources of EU funds including, but not limited to, Horizon Europe.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 70% Technical
Criterion :
Type : Price
Name :
Description : 30% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 07/05/2025 17:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 20/05/2025 17:00 +01:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court and Justice of the Peace Court -
Organisation providing more information on the review procedures : APUC Limited -

5.1 Lot technical ID : LOT-0002

Title : Moodle VLE Services
Description : Framework for VLE Solutions and Associated Services for Universities and Colleges in Scotland: Lot 2, Moodle VLE Services, including provision of all software. Potential Services include, but are not limited to: System Implementation; Migration Support; Support and Maintenance; Hosting. Required solutions should have the capability to operate effectively across multi-campus environments. This framework agreement is available to participation from Full and Associate Members, and future members, within the UK higher education regional purchasing consortia as follows: Advanced Procurement Universities and Colleges (APUC Ltd) and associated members listed in Appendix E. http://www.apuc-scot.ac.uk/#!/members Southern Universities Purchasing Consortium (SUPC); https://www.supc.ac.uk/about-us/our-members/our-members London Universities Purchasing Consortium (LUPC); https://www.lupc.ac.uk/member-list North Eastern Universities Purchasing Consortium (NEUPC); https://www.neupc.ac.uk/our-members North Western Universities Purchasing Consortium (NWUPC); https://www.nwupc.ac.uk/our-members Higher Education Purchasing Consortium, Wales (HEPCW). http://www.hepcw.ac.uk/members/ Crescent Purchasing Consortium (CPC) https://www.thecpc.ac.uk/
Internal identifier : ITS1065 AP - Lot2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48611000 Database software package
Additional classification ( cpv ): 48190000 Educational software package
Options :
Description of the options : Two further periods of twelve (12) months at the sole discretion of the Authority.

5.1.2 Place of performance

Country : United Kingdom
Anywhere in the given country
Additional information : Scotland

5.1.3 Estimated duration

Start date : 15/07/2025
Duration end date : 15/07/2027

5.1.6 General information

This is a recurrent procurement
Description : Estimated timing for further notices to be published: 48 months
Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Not required
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Horizon Europe – the Framework Programme for Research and Innovation (2021/2027)
Identifier of EU funds : Call-offs by members from the resulting framework agreement may be conducted by participating member Institutions using sources of EU funds including, but not limited to, Horizon Europe.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : 60% Technical
Criterion :
Type : Price
Name :
Description : 40% Price
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 07/05/2025 17:00 +01:00

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of tenders : 20/05/2025 17:00 +01:00
Deadline until which the tender must remain valid : 3 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : no
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 6
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Stirling Sheriff Court and Justice of the Peace Court -
Organisation providing more information on the review procedures : APUC Limited -

8. Organisations

8.1 ORG-0001

Official name : APUC Limited
Registration number : SC314764
Postal address : APUC Limited Unit 27, Stirling Business Centre Wellgreen
Town : Stirling
Postcode : FK8 1NH
Country : United Kingdom
Contact point : APUC Limited
Telephone : 0131 442 8930
Internet address : https://apuc-scot.ac.uk/
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Stirling Sheriff Court and Justice of the Peace Court
Registration number : Stirling Sheriff Court and Justice of the Peace Court
Department : Review Body
Postal address : Stirling Sheriff Court and Justice of the Peace Court Viewfield Place
Town : Stirling
Postcode : FK81NH
Country : United Kingdom
Contact point : Stirling Sheriff Court House
Telephone : 01786462191
Roles of this organisation :
Review organisation

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 4f88b04e-7baf-43df-8cd4-7b5a5e4b2862 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 11/04/2025 09:36 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00242441-2025
OJ S issue number : 73/2025
Publication date : 14/04/2025