UK-Merseyside: E-learning services.

UK-Merseyside: E-learning services.
Section I: Contracting Authority
I.1) Name and addresses
Office for Nuclear Regulation
Building 4 Redgrave Court, Merton Road, Bootle, Merseyside, L20 7HS, United Kingdom
Tel. +44 2030280331, Email: rachael.bridges@onr.gov.uk
Contact: Rachael Bridges
Main Address: https://www.onr.org.uk/
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: No.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://onr.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://onr.delta-esourcing.com/ 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
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Learning Management System and Content Provider
Reference Number: ONR/T858
II.1.2) Main CPV Code:
80420000 - E-learning services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Office for Nuclear Regulation (ONR) require a learning management system to provide access to all learning and development for staff and a limited number of external users. We would like the Learning Management System to integrate with a content provider, preferably directly or via a subcontracting arrangement, to provide staff access to a range of learning opportunities on a wide variety of content.
II.1.5) Estimated total value:
Value excluding VAT: 150,000
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:
UK UNITED KINGDOM

II.2.4) Description of procurement: ONR require a supplier that can implement a new learning management system and migrate data from ONR’s existing SaaS application. The learning management system must provide access for all ONR staff and a limited number of external users, to eLearning content, resources including pdf, word document and PowerPoint alongside the ability for individuals to book onto live events which are held both virtually and in person. The learning management system should be able to host externally created content in a range of file types including but not limited to SCORM and Tin Can. The learning management system should also have the functionality to link out to external sources of content such as YouTube.

The learning management system must be able to support users uploading evidence of external learning and downloading a record of their activity. Learners should be able to see where they are up to with learning and if they are required to complete any mandatory programmes.

The learning management system must contain the functionality for learners to attend programmes that are sequential in nature (for example module 2 must be completed after module 1) and where these are live events learners should be able to see all date/time options available to book.

The learning management system must have the ability for single sign on.

The content provider must be able to integrate fully with the learning management system and provide a wide range of accessible content that is curated for ONRs organisational needs. This must be kept up to date and relevant at all times.

The learning management system must allow ONR administrative capabilities where designated users can make configuration changes and produce a wide range of reports on activity, evaluations, attendance etc. ONR Administrators should also be able to create and manage users, events and content.

The learning management system must have the ability to issue reminders and calendar invitations to users where they are required to attend an event or have outstanding mandatory training to complete.

The supplier must provide a full range of services including but not limited to project management, account management, implementation, customisation, launch, support and maintenance across the full length of the contract.

The learning management system must be accessible to all ONR staff and a limited number of external users.
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: Not provided
Currency: Not provided
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: 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: To respond to this opportunity please click here: https://onr.delta-esourcing.com/respond/864DP5428B


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
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: 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: 05/08/2022 Time: 13:00

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): 6

IV.2.7) Conditions for opening of tenders:
Date: 05/08/2022
Time: 13:01


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 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://onr.delta-esourcing.com/tenders/UK-UK-Merseyside:-E-learning-services./864DP5428B

To respond to this opportunity, please click here:
https://onr.delta-esourcing.com/respond/864DP5428B
VI.4) Procedures for review
VI.4.1) Review body:
Christine Alcock
Head of ONR Commercial & Procurement, Building 4, Redgrave Court,, Merton Road, Bootle, L20 7HS, United Kingdom
Email: christine.alcock@onr.gov.uk
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: 06/07/2022

Annex A