Tender

PURCH2105 FRAMEWORK FOR THE PROVISION OF EXECUTIVE, GENERAL AND SPECIALIST COACHING

  • University of Glasgow

F02: Contract notice

Notice identifier: 2022/S 000-015734

Procurement identifier (OCID): ocds-h6vhtk-03441b

Published 8 June 2022, 10:35am



Section one: Contracting authority

one.1) Name and addresses

University of Glasgow

Procurement Office, Tay House

Glasgow

G12 8QQ

Contact

Jenny Bowles

Email

Jennifer.Bowles@glasgow.ac.uk

Telephone

+44 1413304113

Fax

+44 0000000000

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.gla.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00108

one.3) Communication

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

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publiccontractsscotland.gov.uk/

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

PURCH2105 FRAMEWORK FOR THE PROVISION OF EXECUTIVE, GENERAL AND SPECIALIST COACHING

Reference number

PURCH2105

two.1.2) Main CPV code

  • 79998000 - Coaching services

two.1.3) Type of contract

Services

two.1.4) Short description

PURCH2105 FRAMEWORK FOR THE PROVISION OF EXECUTIVE, GENERAL AND SPECIALIST COACHING

Tender documents available from Public Contracts Scotland.

Tender returns should be submitted via Public Contracts Scotland, no paper copies will be accepted. Should paper tenders be submitted, they will be rejected. Further to this any questions or communications regarding individual tender exercises must be sent via the Public Contracts Scotland Portal. Tender queries received through any other channel will not be answered. Should users of Public Contracts Scotland have any problems with the web site they should contact website Support Desk, contact details can be found by following the ‘Contact Us’ option on the left hand menu at http://www.publiccontractsscotland.gov.uk/default.aspx

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 – Executive and Senior Management Coaching

Lot No

1

two.2.2) Additional CPV code(s)

  • 79998000 - Coaching services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

PURCH2105 FRAMEWORK FOR THE PROVISION OF EXECUTIVE, GENERAL AND SPECIALIST COACHING

Lot 1 – Executive and Senior Management

Broad-based coaching focused on those in senior roles with significant decision making and/or management and leadership responsibility (e.g., in strategic thinking, leadership, leading change) and benefit most from working with a coach experienced in operating at this level.

Please refer to the ITT document for additional information.

two.2.5) Award criteria

Quality criterion - Name: Q1a - Coaching Experience / Weighting: 25%

Quality criterion - Name: Q1b - Coaching Qualifications / Weighting: 15%

Quality criterion - Name: Q1c - Coaching Hours / Weighting: 15%

Quality criterion - Name: Q1d - Coaching Bio / Weighting: 15%

Quality criterion - Name: Q1e - Coaching Supervision / Weighting: 5%

Quality criterion - Name: Q1f - Specialisms / Weighting: 5%

Price - Weighting: 20%

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Period of 3 years with the option to extend for 12 months.

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

two.2) Description

two.2.1) Title

Lot 2 – General coaching

Lot No

2

two.2.2) Additional CPV code(s)

  • 79998000 - Coaching services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

PURCH2105 FRAMEWORK FOR THE PROVISION OF EXECUTIVE, GENERAL AND SPECIALIST COACHING

Lot 2 – General coaching

Coaching for other colleagues and managers which may include thematic coaching (e.g., in leading teams, projects or developing their confidence).

Please refer to the ITT document for additional information.

two.2.5) Award criteria

Quality criterion - Name: Q1a - Coaching Experience / Weighting: 25%

Quality criterion - Name: Q1b - Coaching Qualifications / Weighting: 15%

Quality criterion - Name: Q1c - Coaching Hours / Weighting: 15%

Quality criterion - Name: Q1d - Coaching Bio / Weighting: 15%

Quality criterion - Name: Q1e - Coaching Supervision / Weighting: 5%

Quality criterion - Name: Q1f - Specialisms / Weighting: 5%

Price - Weighting: 20%

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Period of 3 years with the option to extend for 12 months.

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

two.2) Description

two.2.1) Title

Lot 3 – Specialist Coaching

Lot No

3

two.2.2) Additional CPV code(s)

  • 79998000 - Coaching services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Glasgow

two.2.4) Description of the procurement

PURCH2105 FRAMEWORK FOR THE PROVISION OF EXECUTIVE, GENERAL AND SPECIALIST COACHING

Lot 3 – Specialist Coaching

Coaching is useful to any type of colleague in specific circumstances e.g., coaching for those transitioning between career stages or career directions, focused on wellbeing, or agile coaching for those working in agile delivery environments. This may also be appropriate to offer to senior leaders.

Please refer to the ITT document for additional information.

two.2.5) Award criteria

Quality criterion - Name: Q1a - Coaching Experience / Weighting: 25%

Quality criterion - Name: Q1b - Coaching Qualifications / Weighting: 15%

Quality criterion - Name: Q1c - Coaching Hours / Weighting: 15%

Quality criterion - Name: Q1d - Coaching Bio / Weighting: 15%

Quality criterion - Name: Q1e - Coaching Supervision / Weighting: 5%

Quality criterion - Name: Q1f - Specialisms / Weighting: 5%

Price - Weighting: 20%

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Period of 3 years with the option to extend for 12 months.

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

Minimum level(s) of standards possibly required

-Public liability insurance with a limit of indemnity of not less than five million pounds sterling (5,000,000 GBP) in relation to any one claim or series of claims;

-Employer's liability insurance with a limit of indemnity of not less than five million pounds sterling (5,000,000 GBP);

-Professional indemnity insurance with a limit of indemnity of not less than one million pounds sterling (1,000,000 GBP) in relation to any one claim or series of claims

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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

8 July 2022

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

8 July 2022

Local time

12:00pm


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.3) Additional information

Once the deadline has passed submissions can neither be created nor submitted. It is not advisable for Suppliers to wait until the last moment before creating and dispatching a response in case of any last minute problems. Please note large files should be uploaded as early as possible to ensure transfer before deadline. If a Supplier is having problems uploading to the PCS site, then the University must be informed well in advance and depending upon the merit of the case, the University may arrange for the tender to remain open on the PCS system for a short period after the deadline time stated. System problems do not fall under the University’s remit and should be referred to PCS.

Postbox Security: Postbox submissions cannot be accessed by anyone, including Millstream, (the provider of the Public Contracts Scotland system) until the deadline.

Freedom of Information

The Freedom of Information (Scotland) Act 2002 (FOISA), which came into force on 1 January 2005, designates University of Glasgow as a Scottish public authority and therefore subject to the provisions and obligations in that Act. This means that any person who makes a valid request for information held by University of Glasgow will be entitled to receive it, unless all or part of that information can be withheld by virtue of the exemptions in that Act.

under the Act, University of Glasgow may be required to disclose any information held relating to your response to anyone who makes a request under that Act. Such information may only be withheld if it meets one or more of the exemptions or conditions in that Act. Even if an exemption is available University of Glasgow may nevertheless disclose requested information. Information held cannot simply be classified as “confidential" or "commercial in confidence" to enable it to be protected from disclosure.

University of Glasgow may publish the names and contact details of companies who have been issued with a Questionnaire on its website.

Information may also be requested under the UK General Data Protection Regulation (UK GDPR) tailored by the Data Protection Act 2018 and the Environmental Information (Scotland) Regulations 2004.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=696156.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The University has a strong commitment to Community Benefits and seeks to engage with Bidders who have likeminded policies.

(SC Ref:696156)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court & Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9TW

Telephone

+44 01414298888

Country

United Kingdom