Tender

RNN Group - Provision of Sub Contractor training

  • RNN Group

F02: Contract notice

Notice identifier: 2022/S 000-016265

Procurement identifier (OCID): ocds-h6vhtk-03462e

Published 14 June 2022, 12:51pm



Section one: Contracting authority

one.1) Name and addresses

RNN Group

Eastwood Building, Eastwood Lane

Rotherham

S65 1EG

Email

enquiries@rnngroup.co.uk

Telephone

+44 1709362111

Country

United Kingdom

NUTS code

UKE3 - South Yorkshire

Internet address(es)

Main address

http://www.rnngroup.co.uk

Buyer's address

http://www.rnngroup.co.uk

one.3) Communication

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

https://suppliers.multiquote.com

Additional information can be obtained from another address:

RNN Group

Eastwood Building, Eastwood Lane

Rotherham

S65 1EG

Email

enquiries@rnngroup.co.uk

Telephone

+44 1709362111

Country

United Kingdom

NUTS code

UKE3 - South Yorkshire

Internet address(es)

Main address

http://www.rnngroup.co.uk

Buyer's address

http://www.rnngroup.co.uk

Tenders or requests to participate must be submitted electronically via

https://suppliers.multiquote.com

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

RNN Group - Provision of Sub Contractor training

Reference number

CA10672 -

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

RNN Group are seeking to establish a framework of Providers for a 3 year duration to provide sub contractor training plus contract award for Year 1 delivery. A further competition will be carried out every subsequent year to award the work.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
6

Maximum number of lots that may be awarded to one tenderer: 6

two.2) Description

two.2.1) Title

LOT 1 – Adult Education Budget (Non-Devolved Areas)

Lot No

1

two.2.2) Additional CPV code(s)

  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKF11 - Derby
  • UKF14 - Nottingham
Main site or place of performance

Rotherham

two.2.4) Description of the procurement

Providers within the D2N2 LEP area. Maximum contract value available across all selected partners is £1m per year. Unless there is a specific reason, it is unlikely that more than 10% of this value will be sub-contracted outside of this LEP areas.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 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 – Adult Education Budget (South Yorkshire Combined Mayoral Authority)

Lot No

2

two.2.2) Additional CPV code(s)

  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKF1 - Derbyshire and Nottinghamshire
  • UKE3 - South Yorkshire
  • UKF14 - Nottingham
  • UKF13 - South and West Derbyshire
  • UKF12 - East Derbyshire
Main site or place of performance

Rotherham

two.2.4) Description of the procurement

Providers who can deliver AEB in the South Yorkshire Combined Mayoral Authority (SYMCA). Maximum contract value available across all selected partners is £2m per year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 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 – 16-18 Study Programmes (Yorkshire & Humber)

Lot No

3

two.2.2) Additional CPV code(s)

  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham
  • UKE - Yorkshire and the Humber
  • UKE3 - South Yorkshire
  • UKE2 - North Yorkshire
  • UKF1 - Derbyshire and Nottinghamshire
Main site or place of performance

Rotherham

two.2.4) Description of the procurement

Providers who can deliver 16-18 Study Programmes in the Yorkshire & Humber region. We may consider allowing funding outside of this region where a partner is also delivering in the SYMCA and D2N2 LEP areas on our behalf. Maximum contract value available across all selected partners is £750k per year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 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 4 – Adult Community/Family Learning (Rotherham Areas)

Lot No

4

two.2.2) Additional CPV code(s)

  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKE31 - Barnsley, Doncaster and Rotherham
Main site or place of performance

Rotherham

two.2.4) Description of the procurement

Providers within the Rotherham areas to deliver a range of community and family learning short courses across our local community. Maximum contract value available across all selected partners is £400k per year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 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 5 – 16-18 Apprenticeships

Lot No

5

two.2.2) Additional CPV code(s)

  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Rotherham

two.2.4) Description of the procurement

Providers who can deliver 16-18 Apprenticeship Programmes predominantly in the Yorkshire & Humber region. This is for non-levy employers. Maximum contract value available across all selected partners is £500k per year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 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 6 – 19+ Apprenticeships

Lot No

6

two.2.2) Additional CPV code(s)

  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

Rotherham

two.2.4) Description of the procurement

Providers who can deliver 19+ Apprenticeship Programmes predominantly in the Yorkshire & Humber region. This is for non-levy employers. Maximum contract value available across all selected partners is £500k per year.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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: 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

three.1.2) Economic and financial standing

List and brief description of selection criteria

In the first instance candidates will need to register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Due Diligence Questionnaire (DDQ) must be completed and returned (via multiquote.com) as part of the request to participate process.

Minimum level(s) of standards possibly required

Minimum Insurance Levels: as contained within Stage 1 documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

In the first instance, candidates should register with multiquote.com and express an interest in the contract. Contract details can be found under the 'Opportunities’ section of the multiquote.com homepage. A Selection Questionnaire (SQ)must be completed and returned (via multiquote.com) as part of the request to participate process. Candidates will need to provide as part of the request to participate process evidence of business quality standards, accreditations, and relevant experience. Any candidate found to be guilty of serious misrepresentation in proving false or inaccurate information may be declared ineligible and not selected to continue with the process.

Minimum level(s) of standards possibly required

As contained within the ITT documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

Light Touch Regime - not requiring a minimum of 30 days

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

1 July 2022

Local time

5:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

1 July 2022

Local time

5:00pm


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

Section IV.3.5) – any dates shown are an estimate.

In the first instance, candidates should register with www.multiquote.com and express an interest in the contract, full details of the contract will be available.

The Contracting Authority shall not be under any obligation to accept any tender. The Contracting Authority reserves the right to cancel the entire or parts of the tender, without such an action conferring any right to compensation on the Tenderers.

The Contracting Authority has no liability to settle any cost incurred by the tenderer as a result of the tendering procedure.

six.4) Procedures for review

six.4.1) Review body

Tenet Education Services

Procurement House, 23 Leslie Hough Way

Salford

M6 4AJ

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Tenet Education Services

Procurement House, 23 Leslie Hough Way

Salford

M6 4AJ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The authority will incorporate a minimum 10 calendar day standstill period at the point that information on the award of the contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly (generally within 3 months).

six.4.4) Service from which information about the review procedure may be obtained

Tenet Education Services

Procurement House, 23 Leslie Hough Way

Salford

M6 4AJ

Country

United Kingdom