Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Jisc
One Castle Park, Tower Hill
For the attention of: Procurement Co-ordinator
BS2 0JA Bristol
UNITED KINGDOM
Telephone: +44 1235822341
E-mail:
Fax: +44 1235822286
Internet address(es):
General address of the contracting authority: www.jisc.ac.uk
Electronic access to information: https://tenders.ja.net
Electronic submission of tenders and requests to participate: https://tenders.ja.net
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 authorityOther
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Co-design Learning Analytics Services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 7: Computer and related services
NUTS code UKJ14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 27
Duration of the framework agreement
Duration in years: 2
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 000 000 and 2 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Jisc wishes to establish a multi-supplier framework agreement to enable Jisc to purchase learning analytics services.
II.1.6)Common procurement vocabulary (CPV)48000000, 48100000, 48200000, 48400000, 48600000, 48700000, 48900000, 72000000, 72200000, 72300000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Effective Learning Analytics challenges is part of the Jisc co-design approach to innovation (see http://www.jisc.ac.uk/research/funding). Co-design is our collaborative innovation model. Steered by customer priorities, it is designed to exploit new opportunities and address pressing issues in higher and further education through technology.
The effective learning analytics challenge aims to provide solutions for institutions around the use of analytics to improve retention, attainment and employability.
Jisc plans to deliver a basic learning analytics service which provides a ‘freemium’ solution for further and higher education institutions, allowing them to gain experience and eventually progress to a more advanced toolset. It would be based on an existing solution from an institution, vendor or open initiative that could be ready to provide a working product as soon as possible after the contract is awarded. The product would require the development or adaptation of a data framework, an open standard for analytics and an API enabling other compatible basic analytics solutions to connect in the future. It is expected that the solution will include a predictive data analytics component, enabling predictions of performance to be inferred from collected data.
Alongside the basic solution would be a new tool for tracking and recording interventions which take place as a result of learning analytics. This will also inform the development of a learning analytics cookbook which will suggest appropriate ways that staff and systems can intervene to enhance student success.
The final product would include an app for students which works with any learning analytics solution provider using a specified set of data inputs. Students would be involved in scoping and designing their requirements for the app.
Jisc is looking for suppliers who can deliver a range of components of a basic start-up analytics solution. The contract is split into the Lots listed below. Jisc would welcome bids from commercial providers, academic institutions, community groups or any other organisation with relevant skills and experience. Collaborative bids are also encouraged.
Lot 1 Predictive Analytics Tools
Lot 2 Alert and Intervention System
Lot 3 Student App
Lot 4 Learning Records Warehouse
Lot 5 Standard MIS data Extraction, Load and Transform (ETL) Tool
Lot 6 Activity Data Interface
Lot 7 Student Consent Platform
Lot 8 Expertise in open learning analytics to advise and support
Lot 9 Discovery stage consultation.
II.2.2)Information about optionsOptions: yes
Description of these options: Jisc wishes to award a contract providing an initial 2 years of service with the possibility of extension for a further 2 years subject to requirements and performance review.
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 24 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Predictive Analytics Tools1)Short description
A product to build our Learning Analytics Processor - a tool to provide predictions on student success to feed into a student intervention systems. Predictive models must be exportable in an open standards compliant format, i.e. PMML.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Alert and Intervention system1)Short description
A tool to be used by institutions to allow them to act on alerts, and manage intervention activity. The system should also be able to provide data such as methods and success, to be fed into an exemplar ‘cookbook’ on learning analytics.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Student App1)Short description
Develop a student app based on specification that will be defined by us from a requirements gathering activity. This is likely to include an Android and iOS app, along with a web app to integrate within a VLE. Data will come from the Learning Records Warehouse (Lot 4) and the Learning Analytics Processor (Lot 1), as well as appropriate mechanisms for consent and authentication. So from this we are looking for an app developer who has experience and track record of delivering across Higher and Further Education.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Learning Records Warehouse1)Short description
Provide a data warehouse solution to hold Learning Records. It is anticipated that the solution will require the ability to store both structured and unstructured data, and should scale to hold several billion data items per year.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Standard MIS data Extraction, Load and Transform (ETL) Tool1)Short description
To provide an ETL tool to take data from a range of sources and import into the Learning Records Warehouse (Lot 4).
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: Activity Data Interface1)Short description
To provide a solution using open standards (e.g. Experience API) to take activity data from a range of learning tools, including VLEs and Library Systems, and integrate the data into the Learning Records Warehouse.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 7 Lot title: Student Consent Platform1)Short description
We anticipate the students will require the ability to control what data items are released to the various components of the analytics solution, including additional services that are brought on-line in the future. This platform will provide tools to give that control to students.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 8 Lot title: Expertise in open learning analytics to advise and support1)Short description
To provide expert advice to the project on one of more specialist area applicable to the project, including learning analytics, machine based learning, predictive algorithms and measuring impact.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 9 Lot title: Discovery stage consultation1)Short description
To provide the consultation phase for stakeholders in the project, not focused on the final technology solution, for example an audit of data sources, assessment of technical capability, legal and compliance framework, financial and strategic commitment.
2)Common procurement vocabulary (CPV) 3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
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 conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Grounds for discretionary rejection as set out in Article 45 items 2(a), (b), (c), (d) and (g) of EU directive 2004/18/EC:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has he force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(g) is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
Grounds for mandatory rejection as set out in Regulation 23(1) of the Public Contracts Regulations 2006:
(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977 or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA;
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889 or section 1 of the Prevention of Corruption Act 1906 where the offence relates to active corruption;
(c) the offence of bribery, where the offence relates to active corruption;
(d) fraud, where the offence relates to fraud affecting the European Communities' financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities, within the meaning of -
(i) the offence of cheating the Revenue;
(ii) the offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968, the Theft Act (Northern Ireland) 1969, the Theft Act 1978 or the Theft (Northern Ireland) Order 1978;
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985, article 451 of the Companies (Northern Ireland) Order 1986 or section 993 of the Companies Act 2006;
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979 or section 72 of the Value Added Tax Act 1994;
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993;
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968 or section 19 of the Theft Act (Northern Ireland) 1969;
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006; or
(ix) making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of the Fraud Act 2006
(e) money laundering within the meaning of section 340(11) of the Proceeds of Crime Act 2002;
(f) any other offence within the meaning of Article 45(1) of the Public Sector Directive as defined by the national law of any relevant State.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: The supplier shall provide evidence of financial and economic standing, as specified in Article 47 of EU directive 2004/18/EC.
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 9: and maximum number 45
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 19.12.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate24.12.2014 - 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates23.1.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tendersDate: 27.2.2015 - 12:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Each interested supplier is required to register its intention to submit a response to the pre-qualification questionnaire via the e-tendering opportunities portal at https://tenders.ja.net
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:24.11.2014