Contract

QUB/2098/22 Framework for the Supply of 360 Degree Feedback Diagnostic and Development Assessments, Psychometric Surveys and Reports and Assessment Tools - DPS

  • Queen's University Belfast

F03: Contract award notice

Notice identifier: 2023/S 000-006543

Procurement identifier (OCID): ocds-h6vhtk-035a0a

Published 7 March 2023, 10:47am



Section one: Contracting authority

one.1) Name and addresses

Queen's University Belfast

University Road

Belfast

BT7 1NN

Contact

Emmett McCann

Email

e.mccann@qub.ac.uk

Telephone

+44 2890973026

Country

United Kingdom

NUTS code

UKN06 - Belfast

Internet address(es)

Main address

https://www.qub.ac.uk

Buyer's address

https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

QUB/2098/22 Framework for the Supply of 360 Degree Feedback Diagnostic and Development Assessments, Psychometric Surveys and Reports and Assessment Tools - DPS

Reference number

QUB/2098/22

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The William J Clinton Leadership Institute (the Institute) at Queen’s University Belfast (Queen’s) is at the forefront of leadership development and executive education in Northern Ireland. Our vision is ‘To be an internationally engaged and recognized executive education institute, developing internationally minded leaders to respect and leverage diversity for the common good and make a positive difference in the world.’The Institute offers open enrolment and company specific credit and non-credit executive education programs. Further details can be found on the following website: http://www.leadershipinstitute.co.uk. To support the delivery team, the Institute seeks to establish a dynamic framework of providers for psychometric assessment tools and 360 degree feedback profile reports to the University’s Leadership Institute.

two.1.6) Information about lots

This contract is divided into lots: Yes

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £120,000

two.2) Description

two.2.1) Title

QUB/2098/22 Framework for the Supply of 360 Degree Feedback Diagnostic and Development Assessments, Psychometric Surveys & Reports and Assessment Tools - Lot 1

Lot No

Lot 1: 360 Degree Feedback Diagnostic and Development Assessments

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast

two.2.4) Description of the procurement

The William J Clinton Leadership Institute (the Institute) at Queen’s University Belfast (Queen’s) is at the forefront of leadership development and executive education in Northern Ireland. Our vision is ‘To be an internationally engaged and recognized executive education institute, developing internationally minded leaders to respect and leverage diversity for the common good and make a positive difference in the world.’The Institute offers open enrolment and company specific credit and non-credit executive education programs. Further details can be found on the following website: http://www.leadershipinstitute.co.uk. To support the delivery team, the Institute seeks to establish a dynamic framework of providers for psychometric assessment tools and 360 degree feedback profile reports to the University’s Leadership Institute.• Lot 1 – 360 Degree Feedback Diagnostic and Development Assessments and Reports for Individuals• Lot 2 – Psychometric Surveys and Reports for Individuals and Teams• Lot 3 – Assessment ToolsEconomic Operators can tender for one or two Lots. There are no restrictions on the number of Lots an Economic Operator can apply for but should note that each lot will be evaluated and awarded separately. Dynamic purchasing system (DPS):The framework shall be operated as a completely electronic process, and shall be open throughout the period of validity of the purchasing system to any Economic Operator that satisfies the selection criteria and award criteria.It is anticipated that a framework of Economic Operators shall be appointed to one or more of the above Lots under a multi-operator framework agreement. Services shall be drawn down throughout the framework period as and when required by Queen’s. As such, Queen’s cannot give any guarantee as to the value or volume of business which will be awarded to any Economic Operator. There are two stages to participate in the DPS:Stage 1 – Request to ParticipantEconomic Operators are required to complete the University’s questionnaire and submit them via Intend. Those Economic Operators that meet the University’s selection and award criteria and is not excluded will be appointed on the DPS. Economic Operators are able to apply at any point throughout the duration of the DPS by completing the University’s Stage 1 – Request to Participant questionnaire and submitting the quest. Stage 2 – Call Off Options:Option One – Mini CompetitionA mini competition may be conducted between either the most suitable or all Economic Operators within the Lot, depending on the nature of the engagement. Further competition will be on the basis of price only (100%) or a blend of Price and Quality.Where Price and Quality are to be considered, the Institute requiring these services will contact the most suitable or all appointed Economic Operators outlining their requirements and a date by which their proposal must be submitted by. The Economic Operator, which offers the most economically advantageous proposal, as a result of each competition, will be awarded the business.Option Two – Specific Skill or ExpertiseQueen’s reserves the right to appoint a specific Economic Operator for a requirement based on:- their skillset, experience or expertise which would deem them to be most suited to the specific service requirement or where the Economic Operator is recognised as a subject matter expert in a specific field.- at the specific request of a commercial or other collaborative partner based on the Economic Operators skills and experience.Economic Operators should note that Queen’s reserves the right to use an alternative Economic Operator(s) on occasion for the provision of any service e.g. at the specific request of a commercial or other collaborative partner and/or appoint an Economic Operator on the Framework due their skill/experience that would be most suited to the service requirement.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

1 year, subject to a satisfactory review with the option to extend the Contract for a further 36 months.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

QUB/2098/22 Framework for the Supply of 360 Degree Feedback Diagnostic & Development Assessments, Psychometric Surveys and Reports and Assessment Tools - Lot 2

Lot No

Lot 2: Psychometric Surveys and Reports

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast

two.2.4) Description of the procurement

The William J Clinton Leadership Institute (the Institute) at Queen’s University Belfast (Queen’s) is at the forefront of leadership development and executive education in Northern Ireland. Our vision is ‘To be an internationally engaged and recognized executive education institute, developing internationally minded leaders to respect and leverage diversity for the common good and make a positive difference in the world.’The Institute offers open enrolment and company specific credit and non-credit executive education programs. Further details can be found on the following website: http://www.leadershipinstitute.co.uk. To support the delivery team, the Institute seeks to establish a dynamic framework of providers for psychometric assessment tools and 360 degree feedback profile reports to the University’s Leadership Institute.• Lot 1 – 360 Degree Feedback Diagnostic and Development Assessments and Reports for Individuals• Lot 2 – Psychometric Surveys and Reports for Individuals and Teams• Lot 3 – Assessment ToolsEconomic Operators can tender for one or two Lots. There are no restrictions on the number of Lots an Economic Operator can apply for but should note that each lot will be evaluated and awarded separately. Dynamic purchasing system (DPS):The framework shall be operated as a completely electronic process, and shall be open throughout the period of validity of the purchasing system to any Economic Operator that satisfies the selection criteria and award criteria.It is anticipated that a framework of Economic Operators shall be appointed to one or more of the above Lots under a multi-operator framework agreement. Services shall be drawn down throughout the framework period as and when required by Queen’s. As such, Queen’s cannot give any guarantee as to the value or volume of business which will be awarded to any Economic Operator. There are two stages to participate in the DPS:Stage 1 – Request to ParticipantEconomic Operators are required to complete the University’s questionnaire and submit them via Intend. Those Economic Operators that meet the University’s selection and award criteria and is not excluded will be appointed on the DPS. Economic Operators are able to apply at any point throughout the duration of the DPS by completing the University’s Stage 1 – Request to Participant questionnaire and submitting the quest. Stage 2 – Call Off Options:Option One – Mini CompetitionA mini competition may be conducted between either the most suitable or all Economic Operators within the Lot, depending on the nature of the engagement. Further competition will be on the basis of price only (100%) or a blend of Price and Quality.Where Price and Quality are to be considered, the Institute requiring these services will contact the most suitable or all appointed Economic Operators outlining their requirements and a date by which their proposal must be submitted by. The Economic Operator, which offers the most economically advantageous proposal, as a result of each competition, will be awarded the business.Option Two – Specific Skill or ExpertiseQueen’s reserves the right to appoint a specific Economic Operator for a requirement based on:- their skillset, experience or expertise which would deem them to be most suited to the specific service requirement or where the Economic Operator is recognised as a subject matter expert in a specific field.- at the specific request of a commercial or other collaborative partner based on the Economic Operators skills and experience.Economic Operators should note that Queen’s reserves the right to use an alternative Economic Operator(s) on occasion for the provision of any service e.g. at the specific request of a commercial or other collaborative partner and/or appoint an Economic Operator on the Framework due their skill/experience that would be most suited to the service requirement.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

1 year, subject to a satisfactory review with the option to extend the Contract for a further 36 months.

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

QUB/2098/22 Framework for the Supply of 360 Degree Feedback Diagnostic and Development Assessments, Psychometric Surveys & Reports and Assessment Tools - Lot 3

Lot No

Lot 3: Assessment Tools

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast

two.2.4) Description of the procurement

The William J Clinton Leadership Institute (the Institute) at Queen’s University Belfast (Queen’s) is at the forefront of leadership development and executive education in Northern Ireland. Our vision is ‘To be an internationally engaged and recognized executive education institute, developing internationally minded leaders to respect and leverage diversity for the common good and make a positive difference in the world.’The Institute offers open enrolment and company specific credit and non-credit executive education programs. Further details can be found on the following website: http://www.leadershipinstitute.co.uk. To support the delivery team, the Institute seeks to establish a dynamic framework of providers for psychometric assessment tools and 360 degree feedback profile reports to the University’s Leadership Institute.• Lot 1 – 360 Degree Feedback Diagnostic and Development Assessments and Reports for Individuals• Lot 2 – Psychometric Surveys and Reports for Individuals and Teams• Lot 3 – Assessment ToolsEconomic Operators can tender for one or two Lots. There are no restrictions on the number of Lots an Economic Operator can apply for but should note that each lot will be evaluated and awarded separately. Dynamic purchasing system (DPS):The framework shall be operated as a completely electronic process, and shall be open throughout the period of validity of the purchasing system to any Economic Operator that satisfies the selection criteria and award criteria.It is anticipated that a framework of Economic Operators shall be appointed to one or more of the above Lots under a multi-operator framework agreement. Services shall be drawn down throughout the framework period as and when required by Queen’s. As such, Queen’s cannot give any guarantee as to the value or volume of business which will be awarded to any Economic Operator. There are two stages to participate in the DPS:Stage 1 – Request to ParticipantEconomic Operators are required to complete the University’s questionnaire and submit them via Intend. Those Economic Operators that meet the University’s selection and award criteria and is not excluded will be appointed on the DPS. Economic Operators are able to apply at any point throughout the duration of the DPS by completing the University’s Stage 1 – Request to Participant questionnaire and submitting the quest. Stage 2 – Call Off Options:Option One – Mini CompetitionA mini competition may be conducted between either the most suitable or all Economic Operators within the Lot, depending on the nature of the engagement. Further competition will be on the basis of price only (100%) or a blend of Price and Quality.Where Price and Quality are to be considered, the Institute requiring these services will contact the most suitable or all appointed Economic Operators outlining their requirements and a date by which their proposal must be submitted by. The Economic Operator, which offers the most economically advantageous proposal, as a result of each competition, will be awarded the business.Option Two – Specific Skill or ExpertiseQueen’s reserves the right to appoint a specific Economic Operator for a requirement based on:- their skillset, experience or expertise which would deem them to be most suited to the specific service requirement or where the Economic Operator is recognised as a subject matter expert in a specific field.- at the specific request of a commercial or other collaborative partner based on the Economic Operators skills and experience.Economic Operators should note that Queen’s reserves the right to use an alternative Economic Operator(s) on occasion for the provision of any service e.g. at the specific request of a commercial or other collaborative partner and/or appoint an Economic Operator on the Framework due their skill/experience that would be most suited to the service requirement.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

1 year, subject to a satisfactory review with the option to extend the Contract for a further 36 months.

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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-021805


Section five. Award of contract

Contract No

QUB/2098/22

Lot No

1

Title

Lot 1 – 360 Degree Feedback Diagnostic and Development Assessments and Reports for Individuals

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 February 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Organisation Development & Research Ltd

London

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Envisia Learning

Cambridge

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000

Total value of the contract/lot: £40,000


Section five. Award of contract

Contract No

QUB/2098/22

Lot No

2

Title

Lot 2 – Psychometric Surveys and Reports for Individuals and Teams

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 February 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Organisation Development & Research Ltd

London

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000

Total value of the contract/lot: £4,000


Section five. Award of contract

Contract No

QUB/2098/22

Lot No

3

Title

Lot 3 – Assessment Tools

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

10 February 2023

five.2.2) Information about tenders

Number of tenders received: 1

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 1

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Organisation Development & Research Ltd

London

Country

United Kingdom

NUTS code
  • UKN - Northern Ireland
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £40,000

Total value of the contract/lot: £40,000


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Queen's University Belfast

University Road

Belfast

Email

procurement@qub.ac.uk

Telephone

+44 2890973026

Country

United Kingdom

Internet address

https://www.qub.ac.uk/directorates/FinanceDirectorate/visitors/procurement/