Award

Co-Developer for Development of Next Generation Solution

SEEMIS GROUP LLP

This public procurement record has 2 releases in its history.

Award

12 Jun 2018 at 00:00

Tender

06 Apr 2017 at 00:00

Summary of the contracting process

SEEMIS Group LLP, based in Hamilton, UK, is conducting a selective tender process for the contract titled "Co-Developer for Development of Next Generation Solution" within the education services sector. The procurement stage is currently in the active phase, having recently completed the award process. Key dates include a tender deadline that ended on 8th May 2017, with contract signing dated 30th May 2018. This tender is focused on co-developing a replacement for the existing education management system used across Scotland.

This tender presents significant opportunities for businesses specialising in educational technology, software development, and systems integration. Companies capable of offering innovative and scalable solutions that enhance educational management will find themselves well-suited to compete. Given the expansive nature of the existing system, which serves 32 local authorities and over 670,000 students, successful bidders will play a crucial role in shaping the future of educational administration in Scotland.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Co-Developer for Development of Next Generation Solution

Notice Description

SEEMiS Group LLP ("SEEMiS")is a Limited Liability Partnership owned and managed by Scotland's 32 local authorities. SEEMiS is seeking to co-develop a replacement system for the existing education management system used throughout Scotland by Educational Establishments

Lot Information

Lot 1

SEEMiS is seeking a co-developer, to develop a replacement for its existing Management Information System ("Existing MiS"). The replacement exercise is known as the "Next Generation" project, and the replacement system is known as the "Next Generation System". Existing MiS The Existing MiS is used by all of Scotland's 32 local authorities in order to manage their nurseries, primary schools and secondary schools. It is accessed by 47,000 active users, and processes records for 2500 schools/nurseries and 670,000 active students. Each of the 32 local authorities is a member of SEEMiS (each a "Member"). The Existing MiS holds the "Golden Record" for all children in Scottish Local Authority education, from nursery through to completion of their education. It holds several million additional, archived records. The Existing MiS has been in operation for a number of years. It is based on a range of technologies including SQL Server, JAVA, JBoss and Glassfish. It delivers a solution providing, but not limited to, the following key functionality:- - Core School Administration - Enrolments & Placements, Student Records, Attendance, Timetabling, Staff Records, School Calendar, Staff Allocation, Notifications & Messaging, Behaviour Support etc; - Payment Management & Associated Feeds - Processing of applications for e.g. EMA, Clothing & Grants etc; - Wellbeing - Planning and Supporting the wellbeing of children; - Business Intelligence - Management Information reporting on finance, SQA results, Attendance, Census etc; - Nursery Administration - Management of nurseries including applications; - Monitoring and Reporting - Pupil attainment monitoring and reporting; - Supply Teacher Booking - Records of supply teachers and associated booking; and - Pupil Transport - Administration of home to school transport Some of the technologies used in the Existing MiS are approaching end of life in terms of supportability. Next Generation System The Next Generation System will replace the Existing MiS. As such it will need to provide much of the same functionality. SEEMiS will be the lead for all customer/Member engagement, including the elicitation of detailed functional requirements. SEEMiS will: i) conduct engagements with its customers/Members prior to the start date of the anticipated contract under this procurement ("the Contract"); and ii) engage with the successful bidder ("the Supplier") to formulate a final agreed work programme for the Contract. The Next Generation System should be a "best of breed" solution that will build upon the high standards of service currently delivered and that will be responsive to emerging and future Local Authority/Education sector requirements. Fundamental to the Next Generation System is the provision of open standard based API's that will allow for best of breed, secure integration to Member and third party systems / products. The Next Generation System must allow for rapid development of additional modules by SEEMIS, and should support a multi-tenant architecture (each of the 32 Members being the data controller for their own data). SEEMIS needs to be able to further develop/configure Next Generation System after the contract work advertised here is complete. The Next Generation System will have a minimum expected life of 10 years from go-live. That go live is scheduled for 24 months after the start date of the Contract.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000483272
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321980
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

72 - IT services: consulting, software development, Internet and support


CPV Codes

72212517 - IT software development services

Notice Value(s)

Tender Value
£1,500,000 £1M-£10M
Lots Value
£1,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Jun 20187 years ago
Submission Deadline
8 May 2017Expired
Future Notice Date
Not specified
Award Date
30 May 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SEEMIS GROUP LLP
Contact Name
Not specified
Contact Email
richard.bridgen@seemis.gov.scot
Contact Phone
+44 1698453948

Buyer Location

Locality
HAMILTON
Postcode
ML3 0AA
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM Scotland

Local Authority
South Lanarkshire
Electoral Ward
Hamilton North and East
Westminster Constituency
Hamilton and Clyde Valley

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000483272-2018-06-12T00:00:00Z",
    "date": "2018-06-12T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000483272",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-55",
            "name": "SEEMIS Group LLP",
            "identifier": {
                "legalName": "SEEMIS Group LLP"
            },
            "address": {
                "streetAddress": "Floor 14, Council Offices,, Almada Street",
                "locality": "Hamilton",
                "region": "UKM",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "email": "richard.bridgen@seemis.gov.scot",
                "telephone": "+44 1698453948",
                "faxNumber": "+44 1698454757",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Limited Liability Partnership",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.seemis.gov.scot"
            }
        },
        {
            "id": "org-56",
            "name": "Please see guidance at VI.4.3 below",
            "identifier": {
                "legalName": "Please see guidance at VI.4.3 below"
            },
            "address": {
                "locality": "Please see guidance at VI.4.3 below"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-42",
            "name": "SEEMIS Group LLP",
            "identifier": {
                "legalName": "SEEMIS Group LLP"
            },
            "address": {
                "streetAddress": "Floor 14, Council Offices,, Almada Street",
                "locality": "Hamilton",
                "region": "UKM",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "email": "richard.bridgen@seemis.gov.scot",
                "telephone": "+44 1698453948",
                "faxNumber": "+44 1698454757",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Limited Liability Partnership",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.seemis.gov.scot"
            }
        },
        {
            "id": "org-43",
            "name": "Please see guidance at VI.4.3 below",
            "identifier": {
                "legalName": "Please see guidance at VI.4.3 below"
            },
            "address": {
                "locality": "Please see guidance at VI.4.3 below"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "SEEMIS Group LLP",
        "id": "org-42"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000483272",
        "title": "Co-Developer for Development of Next Generation Solution",
        "description": "SEEMiS Group LLP (\"SEEMiS\")is a Limited Liability Partnership owned and managed by Scotland's 32 local authorities. SEEMiS is seeking to co-develop a replacement system for the existing education management system used throughout Scotland by Educational Establishments",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "72212517",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Hamilton , Scotland UK"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-05-08T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR279537",
                "documentType": "contractNotice",
                "title": "Co-Developer for Development of Next Generation Solution",
                "description": "SEEMiS Group LLP (\"SEEMiS\")is a Limited Liability Partnership owned and managed by Scotland's 32 local authorities. SEEMiS is seeking to co-develop a replacement system for the existing education management system used throughout Scotland by Educational Establishments",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR279537",
                "format": "text/html"
            },
            {
                "id": "JUN321980",
                "documentType": "awardNotice",
                "title": "Co-Developer for Development of Next Generation Solution",
                "description": "SEEMiS Group LLP (\"SEEMiS\")is a Limited Liability Partnership owned and managed by Scotland's 32 local authorities. SEEMiS is seeking to co-develop a replacement system for the existing education management system used throughout Scotland by Educational Establishments",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321980",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "SEEMiS is seeking a co-developer, to develop a replacement for its existing Management Information System (\"Existing MiS\"). The replacement exercise is known as the \"Next Generation\" project, and the replacement system is known as the \"Next Generation System\". Existing MiS The Existing MiS is used by all of Scotland's 32 local authorities in order to manage their nurseries, primary schools and secondary schools. It is accessed by 47,000 active users, and processes records for 2500 schools/nurseries and 670,000 active students. Each of the 32 local authorities is a member of SEEMiS (each a \"Member\"). The Existing MiS holds the \"Golden Record\" for all children in Scottish Local Authority education, from nursery through to completion of their education. It holds several million additional, archived records. The Existing MiS has been in operation for a number of years. It is based on a range of technologies including SQL Server, JAVA, JBoss and Glassfish. It delivers a solution providing, but not limited to, the following key functionality:- - Core School Administration - Enrolments & Placements, Student Records, Attendance, Timetabling, Staff Records, School Calendar, Staff Allocation, Notifications & Messaging, Behaviour Support etc; - Payment Management & Associated Feeds - Processing of applications for e.g. EMA, Clothing & Grants etc; - Wellbeing - Planning and Supporting the wellbeing of children; - Business Intelligence - Management Information reporting on finance, SQA results, Attendance, Census etc; - Nursery Administration - Management of nurseries including applications; - Monitoring and Reporting - Pupil attainment monitoring and reporting; - Supply Teacher Booking - Records of supply teachers and associated booking; and - Pupil Transport - Administration of home to school transport Some of the technologies used in the Existing MiS are approaching end of life in terms of supportability. Next Generation System The Next Generation System will replace the Existing MiS. As such it will need to provide much of the same functionality. SEEMiS will be the lead for all customer/Member engagement, including the elicitation of detailed functional requirements. SEEMiS will: i) conduct engagements with its customers/Members prior to the start date of the anticipated contract under this procurement (\"the Contract\"); and ii) engage with the successful bidder (\"the Supplier\") to formulate a final agreed work programme for the Contract. The Next Generation System should be a \"best of breed\" solution that will build upon the high standards of service currently delivered and that will be responsive to emerging and future Local Authority/Education sector requirements. Fundamental to the Next Generation System is the provision of open standard based API's that will allow for best of breed, secure integration to Member and third party systems / products. The Next Generation System must allow for rapid development of additional modules by SEEMIS, and should support a multi-tenant architecture (each of the 32 Members being the data controller for their own data). SEEMIS needs to be able to further develop/configure Next Generation System after the contract work advertised here is complete. The Next Generation System will have a minimum expected life of 10 years from go-live. That go live is scheduled for 24 months after the start date of the Contract.",
                "status": "complete",
                "value": {
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2017-06-30T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "ESPD Refs 4.B.5.1 and 4.B.5.2 INSURANCES -It is a requirement of under the proposed contract agreement that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: * Employer's Liability - a minimum of GBP 5M each occurrence * Public / Products Liability - a minimum of GBP 2M each occurrence, and in the aggregate in respect of Products * Professional Indemnity - a minimum of GBP 2M each occurrence or in the aggregate; where in the aggregate the policy to allow for a minimum of one automatic reinstatement of the limit of indemnity in any one insurance year. Professional indemnity insurance to be maintained for a minimum of 6 years following completion of the contract. ESPD ref 4.B.1.2 Turnover: Average yearly turnover for each of last two complete financial years must be equal to or in excess of GBP 1.5 million ESPD ref 4B.6 Financial assessment: Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice, the bidder is required to declare that: A search of the bidder against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, unless the bidder confirms that it can provide any other document which SEEMiS considers appropriate to prove to SEEMiS (acting within its permitted discretion under the applicable public procurement rules) that the bidder does / would not represent an unmanageable risk should it be appointed onto the proposed contract."
                },
                {
                    "type": "technical",
                    "description": "With reference to ESPD ref 1.75 PART 4 D QUALITY Assurance Schemes The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). OR A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. HEALTH AND SAFETY PROCEDURES The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. Information Security The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 27001 (or equivalent). OR A documented policy regarding information security. The policy must set out responsibilities for ensuring information security demonstrating that the tenderer has and continues to implement an information security policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for information security throughout the organisation. Tenderers should note the additional criteria as stated in Section VI.3"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "72212517",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 070-132748"
        }
    ],
    "description": "(SC Ref:546401)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000483272"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000483272"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PST00019",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PST00019",
            "awardID": "PST00019",
            "status": "active",
            "dateSigned": "2018-05-30T00:00:00Z"
        }
    ]
}