Tender

Provision of Services to Deliver Transformational Coaching

  • Nottingham Trent University (NTU)

F02: Contract notice

Notice identifier: 2023/S 000-019328

Procurement identifier (OCID): ocds-h6vhtk-03df77

Published 6 July 2023, 3:24pm



Section one: Contracting authority

one.1) Name and addresses

Nottingham Trent University (NTU)

50 Shakespeare Street

Nottingham

NG1 4FQ

Contact

Dean Scaife

Email

dean.scaife@ntu.ac.uk

Telephone

+44 1158482921

Country

United Kingdom

Region code

UKF14 - Nottingham

National registration number

GB 277399933

Internet address(es)

Main address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/128806

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/128806

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70266&B=NTU

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70266&B=NTU

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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=70266&B=NTU

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

Provision of Services to Deliver Transformational Coaching

Reference number

NTU/23/2427/DS

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Transformational Coaching Project Team at NTU will work with selected individuals from the Framework to provide coaching and training services to beneficiaries of the project. This opportunity is for coaching services to be between September 2023 and November 2025 (subject to funding). Sessions are scheduled to start in September 2023, however, suppliers may be required to do pre-planning and communications work in the summer. Exact dates will be determined by individual Schools and will be agreed between NTU and the successful Supplier(s). The successful Supplier(s) may be required to take part in preplanning and communication work prior to the term starting.

two.1.5) Estimated total value

Value excluding VAT: £250,000

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

Transformational coaching for students

Lot No

1

two.2.2) Additional CPV code(s)

  • 79998000 - Coaching services

two.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham

two.2.4) Description of the procurement

Lot 1 – Transformational coaching for students.

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £166,666.67

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

Duration in months

24

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

Coaching for developing staff

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKF14 - Nottingham

two.2.4) Description of the procurement

Coaching for developing staff

two.2.5) Award criteria

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

two.2.6) Estimated value

Value excluding VAT: £83,333.33

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

Duration in months

24

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.1.2) 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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 4

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

9 August 2023

Local time

12:00pm

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: 9 October 2023

four.2.7) Conditions for opening of tenders

Date

9 August 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Deadline for Expressions of Interest - 07/08/2023

Deadline for Clarifications - 07/08/2023

Closing Date for ITT - 09/08/2023

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

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

Royal Courts of Justice

Strand

London

WC2A 2LL

Country

United Kingdom