Tender

3662/AMRC/MY/23 - Project Management Training (8 Lots) Framework

  • The University of Sheffield

F02: Contract notice

Notice identifier: 2023/S 000-014945

Procurement identifier (OCID): ocds-h6vhtk-03cf71

Published 25 May 2023, 2:46pm



Section one: Contracting authority

one.1) Name and addresses

The University of Sheffield

Arts Tower

Sheffield

S10 2TN

Contact

Procurement Team

Email

g.mujtaba@sheffield.ac.uk

Country

United Kingdom

NUTS code

UKE32 - Sheffield

Internet address(es)

Main address

www.sheffield.ac.uk

Buyer's address

https://in-tendhost.co.uk/sheffield

one.3) Communication

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

https://in-tendhost.co.uk/sheffield

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/sheffield

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

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

3662/AMRC/MY/23 - Project Management Training (8 Lots) Framework

Reference number

3662/AMRC/MY/23

two.1.2) Main CPV code

  • 80500000 - Training services

two.1.3) Type of contract

Services

two.1.4) Short description

3662/AMRC/MY/23 Project Management Training (8 Lots) FrameworkThe University of Sheffield wishes to invite tenders for a Project Management Training (8 Lots) Framework on behalf of the Advanced Manufacturing Research Centre, at Catcliffe, South Yorkshire for their Training Centre. Scope of RequirementThis framework requires experts in Project management.The requirement is to support the AMRC teams in the development and delivery of an expanding suite of Continuous Professional Development (CPD) training courses on various aspects of project management.Tender Process and Documentation:This procurement is an EU open procedure conducted in accordance with the Public Contracts Regulations 2015The ITT can be downloaded by registering and expressing your interest on the University`s e-tendering system https://in-tendhost.co.uk/SheffieldIf you have any questions or comments in relation to this tender they must be submitted via the In-tend System, this can be accessed at ht

two.1.5) Estimated total value

Value excluding VAT: £400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48931000 - Training software package
  • 80520000 - Training facilities
  • 80500000 - Training services
  • 79632000 - Personnel-training services
  • 80000000 - Education and training services
  • 80510000 - Specialist training services

two.2.3) Place of performance

NUTS codes
  • UKE32 - Sheffield
Main site or place of performance

Training Centre, AMRC, Catcliffe, Rotherham

two.2.4) Description of the procurement

This framework requires experts in Project management. The requirement is to support the AMRC teams in the development and delivery of an expanding suite of Continuous Professional Development (CPD) training courses on various aspects of project management.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75

Cost criterion - Name: Cost / Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Start date

1 August 2023

End date

31 July 2027

This contract is subject to renewal

Yes

Description of renewals

Option to renew every 12 months until 31/07/2027

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement 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

26 June 2023

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

26 June 2023

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of Justice

7 Rolls Building, Fetter Lane

London

EC4 1NL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The contracting authority will incorporate a minimum 10 day standstill period at the point information on the award of contract is communicated to tenderers. This period allows unsuccessful tenderers to seek a further debriefing before the contract is entered into. If an appeal regarding the award of contract cannot be resolved, the Public Contracts Regulations 2015 (as amended) provide for aggrieved parties to take action in the High Court (England, Wales and Northern Ireland). Any such action should be brought promptly (generally within 30 days).