Tender

ID 4315580 - DfC - Sport NI – Managed Learning Service for the Provision of Expert Speaker Services

  • DfC, Sport NI

F02: Contract notice

Notice identifier: 2023/S 000-003764

Procurement identifier (OCID): ocds-h6vhtk-03a39f

Published 7 February 2023, 4:21pm



Section one: Contracting authority

one.1) Name and addresses

DfC, Sport NI

House of Sport, 2A Upper Malone Road

BELFAST

BT9 5LA

Contact

SSDAdminCPDfinance-ni.gov.uk

Email

SSDAdmin@CPDfinance-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned 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

https://etendersni.gov.uk/epps

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ID 4315580 - DfC - Sport NI – Managed Learning Service for the Provision of Expert Speaker Services

Reference number

4315580

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

Sport NI requires a Contractor for the provision of expert speaker services. The Contractor must provide a service that sources relevant speakers, presenters and facilitators to support Sport NI’s learning and development events and resources, including but not limited to conferences, networks, webinars, vlogs, blogs and podcasts. The Contract will be for an initial period of three years with two options to extend by up to one year each. Tenderers should refer to the Specification Schedule for further details.

two.1.5) Estimated total value

Value excluding VAT: £210,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80511000 - Staff training services
  • 80521000 - Training programme services
  • 80570000 - Personal development training services
  • 92600000 - Sporting services
  • 92620000 - Sport-related services
  • 79950000 - Exhibition, fair and congress organisation services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

Sport NI requires a Contractor for the provision of expert speaker services. The Contractor must provide a service that sources relevant speakers, presenters and facilitators to support Sport NI’s learning and development events and resources, including but not limited to conferences, networks, webinars, vlogs, blogs and podcasts. The Contract will be for an initial period of three years with two options to extend by up to one year each. Tenderers should refer to the Specification Schedule for further details.

two.2.5) Award criteria

Quality criterion - Name: Proposed Methodology / Weighting: 42

Quality criterion - Name: Contract Management / Weighting: 7.8

Quality criterion - Name: Social Value (Support the health and wellbeing) / Weighting: 10.2

Cost criterion - Name: Percentage service fee for providing an internal expert speaker from the Tenderers pool of speakers / Weighting: 20

Cost criterion - Name: Percentage service fee for sourcing an external expert speaker additional to the Tenderers list of speakers / Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £210,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

option to extend by two further periods of one year each

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.3) Technical and professional ability

List and brief description of selection criteria

Company Experience: Tenderers must provide a detailed example to demonstrate that they have previous experience delivering the services.. . Fair Work Practices: Tenderers must provide evidence of their positive approach to fair work practices

Minimum level(s) of standards possibly required

Pass

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per Tender Documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

13 March 2023

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 11 June 2023

four.2.7) Conditions for opening of tenders

Date

13 March 2023

Local time

3:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering.... on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach. satisfactory levels of contract performance, they will be given a specified time to improve. If, after the specified time, they still fail to reach. satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs. and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave. professional misconduct, and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated.. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions. being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a. period of twelve months from the date of issue of the certificate.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will comply with the Public Contracts Regulations 2015 and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.