2buy2: Dynamic Purchasing System for the Provision of Management Information Systems, Financial Management Systems and Budgeting Systems to the Education Sector

  2buy2 is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Dynamic Purchasing System for the Provision of Management Information Systems, Financial Management Systems and Budgeting Systems to the Education Sector
Notice type: Contract Notice
Authority: 2buy2
Nature of contract: Services
Procedure: Restricted
Short Description: Education Buying Group Ltd is inviting Requests to Participate from providers of MIS, FMS and Budgeting Systems for the establishment of a Dynamic Purchasing System for the Provision of Management Information Systems, Financial Management Systems and Budgeting Systems to the Education Sector. The primary objective of this procurement is to establish a dynamic purchasing system for education establishments and other similar organisations in order that they can access Management Information Systems, Financial Management Systems, Budgeting Systems and associated software services. The dynamic purchasing system seeks to establish a solution for customers to be able to access products easily and quickly while providing choice and value for money. This Dynamic Purchasing System is separated into the following Lots: Lot 1 - Management Information Systems, Lot 2 - Financial Management Systems, Lot 3 - Budgeting Systems, Lot 4 - Combination of MIS/FMS (Lot 1 and 2 combined). The duration of this Dynamic Purchasing System is 48 months from the date of this contract notice. Requests to Participate are welcomed throughout the full duration of this DPS across all lots, however an initial deadline of 12noon 18 November 2024 applies before any Contracting Authority undertakes a further competition. Available for the education sector and all other customers referenced in this contract notice (below).
Published: 18/10/2024 09:47
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-London: Software supply services.
Section I: Contracting Authority
      I.1) Name and addresses
             Education Buying Group Ltd
             C/O Browne Jacobson Llp, 15th Floor, 6 Bevis Marks, Bury Court, London, EC3A 7BA, United Kingdom
             Tel. +44 333201015, Email: procurement@2buy2.com
             Contact: Nathan Swinney
             Main Address: https://www.delta-esourcing.com, Address of the buyer profile: www.educationbuying.com
             NUTS Code: UK
      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: Yes.
      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-London:-Software-supply-services./R9TJ2W75DD
      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
            Other type:: Education
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Dynamic Purchasing System for the Provision of Management Information Systems, Financial Management Systems and Budgeting Systems to the Education Sector       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      72268000 - Software supply services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Education Buying Group Ltd is inviting Requests to Participate from providers of MIS, FMS and Budgeting Systems for the establishment of a Dynamic Purchasing System for the Provision of Management Information Systems, Financial Management Systems and Budgeting Systems to the Education Sector.
The primary objective of this procurement is to establish a dynamic purchasing system for education establishments and other similar organisations in order that they can access Management Information Systems, Financial Management Systems, Budgeting Systems and associated software services. The dynamic purchasing system seeks to establish a solution for customers to be able to access products easily and quickly while providing choice and value for money. This Dynamic Purchasing System is separated into the following Lots: Lot 1 - Management Information Systems, Lot 2 - Financial Management Systems, Lot 3 - Budgeting Systems, Lot 4 - Combination of MIS/FMS (Lot 1 and 2 combined). The duration of this Dynamic Purchasing System is 48 months from the date of this contract notice. Requests to Participate are welcomed throughout the full duration of this DPS across all lots, however an initial deadline of 12noon 18 November 2024 applies before any Contracting Authority undertakes a further competition.

Available for the education sector and all other customers referenced in this contract notice (below).       
      II.1.5) Estimated total value:
      Value excluding VAT: 50,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Management Information Systems (MIS)       
      Lot No: Lot 1       
      II.2.2) Additional CPV codes:
      72212190 - Educational software development services.
      48190000 - Educational software package.
      48219300 - Administration software package.
      48000000 - Software package and information systems.
      48800000 - Information systems and servers.
      48810000 - Information systems.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Provision of Management Information Systems
The Management Information System software should offer the following:
•Intuitive interface and usability for all staff.
•Reliable MIS support for schools.
•Cost effective contract with agreeable terms for contract exit.
•Scalability to support changes in the size and scale of customers Trusts / MATs during the term of a contract.

The MIS should include, but not be limited to the following capabilities:
Attendance Management
Grading and Assessment
Timetable and Scheduling
Communication and Collaboration
A communication solution between staff, students, and parents with features such as messaging, announcements, and document sharing.
Student Information
      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: 20,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: The DPS is open to all candidates who submit a request to participate and who successfully meet all the selection criteria.
      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       
II.2) Description Lot No. 2
      
      II.2.1) Title: Financial Management Systems (FMS)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      48440000 - Financial analysis and accounting software package.
      48441000 - Financial analysis software package.
      48442000 - Financial systems software package.
      48812000 - Financial information systems.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Financial Management systems (FMS)
The Financial Management System software should offer the following:
•Intuitive interface and usability for administration and management staff
•Reliable and real-time financial information and reporting
•Cost effective contract with agreeable terms for contract exit.
•Scalability to support changes in the size and scale of customers Trusts / MATs during the term of a contract.
The FMS should include, but not be limited to the following capabilities:
•General Accounting and reporting
•Purchase to Payment functionality
•Accounts Payable functionality
•Flexibility to structure in line with school’s / Trusts accounts
•Transaction management
•Approval and escalation workflow
      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: 20,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: The DPS is open to all candidates who submit a request to participate and who successfully meet all the selection criteria.
      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       
II.2) Description Lot No. 3
      
      II.2.1) Title: Budgeting Systems       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      48190000 - Educational software package.
      48440000 - Financial analysis and accounting software package.
      48441000 - Financial analysis software package.
      48442000 - Financial systems software package.
      48812000 - Financial information systems.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 3 - Provision of Budgeting Systems
Provision of Budgeting application should include (but not be limited to):
•Current Budget,
•Revenue Budgets,
•Budget Development,
•Budget Profiling,
•Forecast Outturns Holding,
•Forecast Outturns Estimate,
•Forward Planning.
The system must have the ability to model changes or create scenarios across all areas (multi scenario budget modelling for multi years / multi academy sites) and must have the ability to consolidate for the MAT. The system must have the ability to import/ export into the finance system.
      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: 10,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: The DPS is open to all candidates who submit a request to participate and who successfully meet all the selection criteria.
      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       
II.2) Description Lot No. 4
      
      II.2.1) Title: Provision of MIS/FMS combined. A combination of both Lot 1 and Lot 2 together as a single solution.       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      48190000 - Educational software package.
      72212190 - Educational software development services.
      48219300 - Administration software package.
      48440000 - Financial analysis and accounting software package.
      48441000 - Financial analysis software package.
      48442000 - Financial systems software package.
      48812000 - Financial information systems.
      48000000 - Software package and information systems.
      48800000 - Information systems and servers.
      48810000 - Information systems.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 4 - A combination of both Lot 1 (MIS) and Lot 2 (FMS) together as a single solution for those providers whose solutions can provide both elements.
      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: 10,000,000       
      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: No       
      Description of renewals: Not provided
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 1
             
      Objective criteria for choosing the limited number of candidates: The DPS is open to all candidates who submit a request to participate and who successfully meet all the selection criteria.
      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:          
      Not Provided       
      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       
      As stated in Further Competition Tender documents          
      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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system       
         The dynamic purchasing system might be used by additional purchasers - 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: No       
   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: 18/11/2024 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 02/12/2024       
      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
      
      

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 No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that electronic orders, invoicing and payment may be used by customers of the DPS. However, any selection of tenderers will be based solely on the criteria set out for the procurement.

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.

The contractor and its supply chain will be required to actively participate in the achievement of social and/or environmental objectives relating to recruitment, training and supply chain initiatives, and sustainable working. Accordingly, the contract performance conditions may relate in particular to social and/or environmental considerations. This DPS is being established by Education Buying Group Ltd on behalf of other contracting authorities as defined below:

The following Educational Establishments: Nursery School, Primary School, Middle or High School, Secondary School, Academy, Special School, Pupil Referral Unit (PRU), Further Education Colleges, Universities.

England https://www.gov.uk/find-school-in-england

Scotland https://education.gov.scot/ParentZone/find-a-school/

Wales https://gov.wales/my-local-school-guide

Northern Ireland https://www.eani.org.uk/admissions-guides/transfer-between schools/

finda-school

Academies http://www.education.gov.uk/schools/performance/

Universities and Colleges https://www.gov.uk/check-a-university-is-officially-recognised Also available to the following organisations:- Police, fire and rescue, maritime and coastguard agency emergency services:

UK Police Forces https://www.police.uk/forces/

England, Scotland and Wales Fire and Rescue Services

https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services

Northern Ireland Fire and Rescue Services https://www.nifrs.org/about-nifrs/areas-districts/

UK Maritime & Coastguard Agency

https://www.gov.uk/government/organisations/maritime-andcoastguardagency/

about/access-and-opening

NHS bodies, the HSC (Northern Ireland) and ambulance services:

England NHS https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Scotland NHS https://www.scot.nhs.uk/organisations/

Wales NHS https://www.wales.nhs.uk/nhswalesaboutus/structure

Northern Ireland HSC http://online.hscni.net/hospitals/health-and-social-care-trusts/

England Ambulance Service

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Scotland Ambulance Service http://www.scottishambulance.com/footer/contactus.aspx

Wales Ambulance Service https://www.ambulance.wales.nhs.uk/

Northern Ireland Ambulance Service http://www.nias.hscni.net/contact us-2/contactdetails/

Central government departments and their agencies:

England / UK Central Government https://www.gov.uk/government/organisations

Scotland Government https://www.gov.scot/about/how-government-is-run/directorates/

Wales Government https://gov.wales/about-us

Northern Ireland Government

https://www.northernireland.gov.uk/topics/yourexecutive/government-departments

Registered charities:

England and Wales http://apps.charitycommission.gov.uk/showcharity/registerofcharities/RegisterHomePage.aspx

Scotland https://www.oscr.org.uk/guidance-and-forms/

Northern Ireland https://www.charitycommissionni.org.uk/charity-search/?pageNumber=1

Registered social landlords: government funded, not-for-profit organisations that provide

affordable housing. They include housing associations, trusts and cooperatives:-

England https://www.gov.uk/government/publications/current-registered-providersofsocial-housing

Scotland https://www.housingregulator.gov.scot/landlord-performance

Wales https://gov.wales/housing

Northern Ireland https://www.nidirect.gov.uk/contacts/
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Software-supply-services./R9TJ2W75DD

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/R9TJ2W75DD
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       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:    
    Not Provided    
   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: 18/10/2024

Annex A


View any Notice Addenda

View Award Notice