Skip to main content.

University of Derby: Curriculum Management Solution 2018

  University of Derby has published this notice through Delta eSourcing

Notice Summary
Title: Curriculum Management Solution 2018
Notice type: Contract Notice
Authority: University of Derby
Nature of contract: Services
Procedure: Open
Short Description: The University is looking for a solution to manage the curriculum development and approval process and to be the single, definitive source of all data relating to the University’s academic curriculum and its delivery. We will be looking for a provider who can advise on best practice with relation to curriculum management and development in the HE sector, assist in promoting and implementing best in class procedures and services whilst ensuring that Quality Assurance processes are follows, and assist in ensuring successful use/roll out of delivered functionality and systems.
Published: 12/09/2018 15:02

View Full Notice

UK-Derby: Software package and information systems.
Section I: Contracting Authority
      I.1) Name and addresses
             University of Derby
             Kedleston Road, Derby, DE22 1GB, United Kingdom
             Tel. +44 1332592890, Email: R.McLaughlin@derby.ac.uk
             Contact: Roshani McLaughlin
             Main Address: https://www.derby.ac.uk/
             NUTS Code: UKF11
      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://neupc.delta-esourcing.com/
      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:
      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: Curriculum Management Solution 2018       
      Reference Number: PROC RM ITT/001
      II.1.2) Main CPV Code:
      48000000 - Software package and information systems.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The University is looking for a solution to manage the curriculum development and approval process and to be the single, definitive source of all data relating to the University’s academic curriculum and its delivery. We will be looking for a provider who can advise on best practice with relation to curriculum management and development in the HE sector, assist in promoting and implementing best in class procedures and services whilst ensuring that Quality Assurance processes are follows, and assist in ensuring successful use/roll out of delivered functionality and systems.       
      II.1.5) Estimated total value:
      Value excluding VAT: 375,000       
      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:
      UKF11 Derby
      
      II.2.4) Description of procurement: The University is looking for a solution to manage the curriculum development and approval process and to be the single, definitive source of all data relating to the University’s academic curriculum and its delivery. We will be looking for a provider who can advise on best practice with relation to curriculum management and development in the HE sector, assist in promoting and implementing best in class procedures and services whilst ensuring that Quality Assurance processes are follows, and assist in ensuring successful use/roll out of delivered functionality and systems.
      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: 375,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Option to extend contract for further 2 x 12 month periods
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: Yes
      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: Yes       
      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: No

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: 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: 18/10/2018 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:
         Duration in month(s): 4
      
      IV.2.7) Conditions for opening of tenders:
         Date: 18/10/2018
         Time: 12:00
         Place:
         Derby
      

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.https://neupc.delta-esourcing.com/.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=345032186
   VI.4) Procedures for review
   VI.4.1) Review body:
             University of Derby
       Derby, 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: 12/09/2018

Annex A


View any Notice Addenda

UK-Derby: Software package and information systems.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       University of Derby
       Kedleston Road, Derby, DE22 1GB, United Kingdom
       Tel. +44 1332592890, Email: R.McLaughlin@derby.ac.uk
       Contact: Roshani McLaughlin
       Main Address: https://www.derby.ac.uk/
       NUTS Code: UKF11

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Curriculum Management Solution 2018      Reference number: PROC RM ITT/001      
   II.1.2) Main CPV code:
      48000000 - Software package and information systems.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: The University is looking for a solution to manage the curriculum development and approval process and to be the single, definitive source of all data relating to the University’s academic curriculum and its delivery. We will be looking for a provider who can advise on best practice with relation to curriculum management and development in the HE sector, assist in promoting and implementing best in class procedures and services whilst ensuring that Quality Assurance processes are follows, and assist in ensuring successful use/roll out of delivered functionality and systems.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 19/09/2018

VI.6) Original notice reference:

   Notice Reference:    2018 - 227909   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 12/09/2018

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: VI.3          
         Lot No: Not provided          
         Place of text to be modified: VI.3          
         Instead of: To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=345032186          
         Read: To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/89PQ5A7ZHQ
                                    
   
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.https://neupc.delta-esourcing.com/.
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=346531700


View Award Notice