Section one: Contracting authority
one.1) Name and addresses
Queen's University Belfast
University Road
Belfast
BT7 1NN
Contact
Emmett McCann
Telephone
+44 2890973026
Country
United Kingdom
NUTS code
UKN06 - Belfast
Internet address(es)
Main address
Buyer's address
https://www.qub.ac.uk/directorates/FinanceDirectorate/visitors/procurement/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home
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/queensuniversitybelfast/aspx/Home
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
QUB/2099/22 Contract for Provision of Executive Education Services - DPS
Reference number
QUB/2099/22
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) To support the delivery team, the Institute seeks to establish a dynamic framework of executive coaches and executive education specialists in leadership and general management, who would be invited to supply services under the following Lots:- Lot 1 Programme or Modular Design (may include optional programme coordination) - Lot 2 Training Delivery (may include- Lot 3 Coaching and/or Psychometric Tests and DebriefsEconomic Operators can tender for one, two or all three Lots. There are no restrictions on the number of Lots an Economic Operator can apply for.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.
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
QUB/2099/22 Contract for Provision of Executive Education Services - DPS Lot 1
Lot No
Lot 1 - Programme Design
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 executive coaches and executive education specialists in leadership and general management, who would be invited to supply services under the following Lots:- Lot 1 Programme or Modular Design (may include optional programme coordination) - Lot 2 Training Delivery (may include assessment for credit bearing programmes)- Lot 3 Coaching and/or Psychometric Tests and DebriefsEconomic Operators can tender for one, two or all three Lots. There are no restrictions on the number of Lots an Economic Operator can apply for.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. 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: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.This tender exercise will be carried out in accordance with the Public Contracts Regulations 2015 (including any amendments) Social and Other Specific Services procedure.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
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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
1 year, subject to a satisfactory review with the option to extend the Contract for a further 36 months.
two.2.10) Information about variants
Variants will be accepted: No
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/2099/22 Contract for Provision of Executive Education Services - DPS Lot 2
Lot No
Lot 2 - Training Delivery
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 executive coaches and executive education specialists in leadership and general management, who would be invited to supply services under the following Lots:- Lot 1 Programme or Modular Design (may include optional programme coordination) - Lot 2 Training Delivery (may include assessment for credit bearing programmes)- Lot 3 Coaching and/or Psychometric Tests and DebriefsEconomic Operators can tender for one, two or all three Lots. There are no restrictions on the number of Lots an Economic Operator can apply for.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. 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: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.This tender exercise will be carried out in accordance with the Public Contracts Regulations 2015 (including any amendments) Social and Other Specific Services procedure.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
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
1 year, subject to a satisfactory review with the option to extend the Contract for a further 36 months.
two.2.10) Information about variants
Variants will be accepted: Yes
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/2099/22 Contract for Provision of Executive Education Services - DPS Lot 3
Lot No
Lot 3 - Coaching
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 executive coaches and executive education specialists in leadership and general management, who would be invited to supply services under the following Lots:- Lot 1 Programme or Modular Design (may include optional programme coordination) - Lot 2 Training Delivery (may include assessment for credit bearing programmes)- Lot 3 Coaching and/or Psychometric Tests and DebriefsEconomic Operators can tender for one, two or all three Lots. There are no restrictions on the number of Lots an Economic Operator can apply for.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. 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: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.This tender exercise will be carried out in accordance with the Public Contracts Regulations 2015 (including any amendments) Social and Other Specific Services procedure.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
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
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
1 year, subject to a satisfactory review with the option to extend the Contract for a further 36 months.
two.2.10) Information about variants
Variants will be accepted: Yes
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 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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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
24 August 2022
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
24 August 2022
Local time
4:10pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
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
Queen's University Belfast
University Road
Belfast
Telephone
+44 2890973026
Country
United Kingdom
Internet address
https://www.qub.ac.uk/directorates/FinanceDirectorate/visitors/procurement/