University of Sunderland Virtual Learning Environment
The University seeks to appoint an innovative VLE service provider to develop and/or deploy a new Virtual Learning Environment offering.
United Kingdom-Sunderland: Educational software package
2016/S 143-259443
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Sunderland
2nd Floor, Edinburgh Building, Chester Road
For the attention of: Dave Hartis
SR1 3SD Sunderland
United Kingdom
Telephone: +44 1915153939
E-mail: dave.hartis@sunderland.ac.uk
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/universityofsunderland/aspx/Home
Electronic access to information: https://in-tendhost.co.uk/universityofsunderland/aspx/Home
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/universityofsunderland/aspx/Home
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 23: Investigation and security services, except armoured car services
NUTS code UKC23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
As well as our 2 Sunderland-based campuses we operate a site at Canary Wharf in London and deliver our programmes to 6 500 overseas students in their own countries. We also operate National Glass Centre, a centre of excellence and visitor attraction for contemporary glass.
The University seeks to appoint an innovative VLE service provider to develop and/or deploy a new Virtual Learning Environment offering (VLE).
The VLE is the University’s primary means of ensuring teaching materials, resources and associated tools are available to staff and students, 24/7 across multiple platform offerings and is viewed as 1 of our key teaching and learning tools, driving an enriched learning experience to our student base whilst providing an integrated environment enhancing engagement with teaching, learning and assessment processes.
The current VLE will be de-supported Q4 2017.
II.1.6)Common procurement vocabulary (CPV)
48190000, 48000000, 72212190, 72261000, 48611000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Virtual Learning Environment — Software as a Service
1)Short description
The University has been making significant use of it’s VLE since 2001 both to deliver distance courses to students via it’s partners across the globe.
Current estimates suggest we have 1 700 student users within the system despite having an estimated 12 000 UK based students.
We require a VLE designed around pedagogical principles appropriate to the delivery of all aspects of higher education courses in subjects ranging from Pharmacy to Photography, from Engineering to English, from Management to Modern Languages and from Linguistics to Law.
The replacement system must provide features capable of delivering the requirement in a SaaS environment and, in addition, be capable or extensible enough to take advantage of emerging technologies to further enhance the student learning experience and the Universities reputation as a leader in the use of technology in teaching and learning.
The replacement VLE must comply with international standards appropriate to enterprise learning systems, including those allowing the exchange of data with other University systems such as the SITS Student Registration system and the University Portal, either via standard components or open APIs. In addition, the replacement VLE must be capable of importing ‘ in an efficient manner ’ the valuable content assets currently deployed through the existing system.
2)Common procurement vocabulary (CPV)
48190000
3)Quantity or scope
Lot No: 2 Lot title: Virtual Learning Environment — Consultative Services
1)Short description
The University has been making significant use of it’s VLE since 2001 both to deliver distance courses to students via it’s partners across the globe.
Current estimates suggest we have 1 700 student users within the system despite having an estimated 12 000 UK based students.
We require a VLE designed around pedagogical principles appropriate to the delivery of all aspects of higher education courses in subjects ranging from Pharmacy to Photography, from Engineering to English, from Management to Modern Languages and from Linguistics to Law.
This Lot is for the design and deployment of an open source LMS.
The replacement system must provide features capable of delivering the requirement and, in addition, be capable or extensible enough to take advantage of emerging technologies to further enhance the student learning experience and the Universities reputation as a leader in the use of technology in teaching and learning.
The replacement VLE must comply with international standards appropriate to enterprise learning systems, including those allowing the exchange of data with other University systems such as the SITS Student Registration system and the University Portal, either via standard components or open APIs. In addition, the replacement VLE must be capable of importing ‘ in an efficient manner ’ the valuable content assets currently deployed through the existing system.
2)Common procurement vocabulary (CPV)
72590000
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Further information will be requested in the form of a pre qualification questionnaire.
III.2.3)Technical capacity
Further information will be requested in the form of a pre qualification questionnaire.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): Any commissions under this contract or framework maybe subject to external funding from bodies such as Arts Council, ERDF, Heritage Lottery Fund, LEP, etc. and the successful suppliers will be expected to work with the University on any funding applications where appropriate. This list of funding bodies is not exhaustive.
VI.4.1)Body responsible for appeal procedures
University of Sunderland
2nd Floor, Edinburgh Building, Chester Road
SR1 3SD Sunderland
United Kingdom
E-mail: dave.hartis@sunderland.ac.uk
Telephone: +44 1915153939
Internet address: https://in-tendhost.co.uk/universityofsunderland/aspx/Home
Body responsible for mediation procedures
University of Sunderland
2nd Floor, Edinburgh Building, Chester Road
SR1 3SD Sunderland
United Kingdom
E-mail: dave.hartis@sunderland.ac.uk
Telephone: +44 1915153939
Internet address: https://in-tendhost.co.uk/universityofsunderland/aspx/Home
VI.4.3)Service from which information about the lodging of appeals may be obtained
University of Sunderland
2nd Floor, Edinburgh Building, Chester Road
SR1 3SD Sunderland
United Kingdom
E-mail: dave.hartis@sunderland.ac.uk
Telephone: +44 1915153939
Internet address: https://in-tendhost.co.uk/universityofsunderland/aspx/Home
VI.5)Date of dispatch of this notice:
Related Posts
Supply of e-Learning Training Media and Courseware
Supply of Virtual Learning Environment 2016
Essex Music Services E-learning Resource
Anglia Ruskin University Virtual Learning Environment Tender