Bath Spa University is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Timetabling and Resourcing System |
Notice type: | Contract Notice |
Authority: | Bath Spa University |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Bath Spa University (BSU) is undertaking a procurement exercise for an end-to-end timetabling and resource booking solution. Full details are available via our etendering system. |
Published: | 26/09/2024 16:21 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Bath Spa University
Newton Park, Newton St Loe, Bath, BA2 9BN, United Kingdom
Tel. +44 1225875875, Email: procurement@bathspa.ac.uk
Main Address: https://www.bathspa.ac.uk/, Address of the buyer profile: www.bathspa.ac.uk
NUTS Code: UKK12
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-Bath:-Software-programming-and-consultancy-services./B963BVKTYC
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Software-programming-and-consultancy-services./B963BVKTYC 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: Timetabling and Resourcing System
Reference Number: BSU/005/2024
II.1.2) Main CPV Code:
72200000 - Software programming and consultancy services.
FA01-6 - For educational use
JA02-4 - For computer software
TA39-6 - For timetables
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Bath Spa University (BSU) is undertaking a procurement exercise for an end-to-end timetabling and resource booking solution. Full details are available via our etendering system.
II.1.5) Estimated total value:
Value excluding VAT: 600,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKK12 Bath and North East Somerset, North Somerset and South Gloucestershire
II.2.4) Description of procurement: BSU’s timetabling team manage all aspects of student timetabling, producing teaching timetables for all of the University's modules, individual, personalised timetables to staff who teach on timetabled module sessions and the students who are enrolled on them. BSU requires a solution for the management of their entire, end to end timetabling and resourcing process. The solution should provide functionality to digitise timetable planning and
publishing activity, through a single platform which offers user self-service. The solution should provide automation of key processes and the integration of student data. All actions should be managed in-system, and there should be no requirement for manual activities in third-party applications. Room and resource booking functionality should be incorporated into the platform as an integrated software. Additionally, there should be integrated analytic functionality and the ability for users to define constraints as they apply to the timetable, integrated room booking functionality, and allow for one-off requirements. It is anticipated that any new solution will be implemented during 2025, and system fully live by the semester starting February 2026. Key integrations are required with our existing systems including: - Student Record System - Attendance Monitoring - Learning Analytics
Platform - Virtual Learning and video conferencing platform - Lecture Capture and Recording Platform - MS Data Reporting Platform - Employee Records System - Workload Allocation Management System - MS and IOS Calendar functionality - Estate Management Platform which maintains room floor plan data.
Mandatory requirements are clearly stated within the Supplier Questionnaire (Pass/Fail) and Invitiation To Tender documenation. Suppliers should consider these before applying.
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: 600,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: Optional extension periods of 36 months and 24 months subject to performance, requirement and cost.
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: Not provided
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:
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, applicants will be assessed in accordance with the Public Contract Regulations 2015, on the basis of information provided in response to the Selection Questionnaire.
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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: Yes
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: 2024/S 000 - 022141
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/10/2024 Time: 14:00
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: 31/10/2024
Time: 11:00
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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Software-programming-and-consultancy-services./B963BVKTYC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B963BVKTYC
VI.4) Procedures for review
VI.4.1) Review body:
EWHC
London, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The contracting authority will operate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers to provide time for unsuccessful tenderers to
challenge the award decision before the contract is entered into. Unsuccessful tenderers shall be notified by the contracting authority as soon as possible after the decision is made as to the reasons why they
were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).
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: 26/09/2024
Annex A
View any Notice Addenda
UK-Bath: Software programming and consultancy services.
Section I: Contracting authority/entity (as stated in the original notice)
I.1) Name and addresses
Bath Spa University
Newton Park, Newton St Loe, Bath, BA2 9BN, United Kingdom
Tel. +44 1225875875, Email: procurement@bathspa.ac.uk
Main Address: https://www.bathspa.ac.uk/, Address of the buyer profile: www.bathspa.ac.uk
NUTS Code: UKK12
Section II: Object (as stated in the original notice)
II.1) Scope of the procurement
II.1.1) Title: Timetabling and Resourcing System Reference number: BSU/005/2024
II.1.2) Main CPV code:
72200000 - Software programming and consultancy services.
FA01-6 - For educational use
JA02-4 - For computer software
TA39-6 - For timetables
II.1.3) Type of contract: SERVICES
II.1.4) Short Description: Bath Spa University (BSU) is undertaking a procurement exercise for an end-to-end timetabling and resource booking solution. Full details are available via our etendering system.
Section VI: Complementary information
V1.5) Date of dispatch of this notice: 26/09/2024
VI.6) Original notice reference:
Notice Reference: 2024 - 706178
Notice number in OJ S: 2024/S 000 - 030878
Date of dispatch of the original notice: 26/09/2024
Section VII: Changes
VII.1) Information to be changed or added
VII.1.1) Reason for change: Modification of original information submitted by the contracting authority
VII.1.2) Text to be corrected in original notice No: 1
Section Number: IV.2.2)
Lot No: Not provided
Place of text to be modified: IV.2.2) Time limit for receipt of tenders or requests to participate
Instead of: 14:00 on 18th October 2024
Read: 11:00 on 31st October 2024
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Bath:-Software-programming-and-consultancy-services./B963BVKTYC
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B963BVKTYC
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Bath Spa University
Newton Park, Newton St Loe, Bath, BA2 9BN, United Kingdom
Tel. +44 1225875875, Email: procurement@bathspa.ac.uk
Main Address: https://www.bathspa.ac.uk/, Address of the buyer profile: www.bathspa.ac.uk
NUTS Code: UKK12
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.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Timetabling and Resourcing System
Reference number: BSU/005/2024
II.1.2) Main CPV code:
72200000 - Software programming and consultancy services.
FA01-6 - For educational use
JA02-4 - For computer software
TA39-6 - For timetables
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Bath Spa University (BSU) is undertaking a procurement exercise for an end-to-end timetabling and resource booking solution. Full details are available via our etendering system.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 760,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UKK12 - Bath and North East Somerset, North Somerset and South Gloucestershire
Main site or place of performance:
Bath and North East Somerset, North Somerset and South Gloucestershire
II.2.4) Description of the procurement: Following an open tender process BSU have awarded a contract for a solution to manage their entire, end to end timetabling and resource booking process.
II.2.5) Award criteria:
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Commercial / Weighting: 40
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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
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
IV.1.6) Information about electronic auction
An electronic auction has been used: No
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 OJEU: 2024/S 000-030878
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: BSU/005/2024
Lot Number: Not Provided
Title: Timetabling and Resource Booking System
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 14/02/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from SMEs: 5 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 1
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 6
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
TimeEdit AB, 0
Kungsportsplatsen 1,, 411 10 Göteborg,, Sweden
Internet address: https://www.timeedit.com/
NUTS Code: SE
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 760,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=934511134
VI.4) Procedures for review
VI.4.1) Review body
EWHC
London, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: The contracting authority operated a standstill period at the point information on the award of the contract was communicated to tenderers to provide time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Unsuccessful tenderers were notified by the contracting authority as to the reasons why they were unsuccessful. The Public Contracts Regulations 2015 provide that aggrieved parties who have been harmed, or are at risk of harm, by breach of the rules are to take action in the High Court (England, Wales and Northern Ireland).
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 17/03/2025