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
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.