Tender

Provision of Learning and Development Framework

  • Hyde Housing Association

F02: Contract notice

Notice identifier: 2021/S 000-031149

Procurement identifier (OCID): ocds-h6vhtk-02eaa5

Published 14 December 2021, 6:14pm



Section one: Contracting authority

one.1) Name and addresses

Hyde Housing Association

30 Park Street

London

SE1 9EQ

Contact

Tarvinder Bhungle

Email

procurementhelpdesk@hyde-housing.co.uk

Telephone

+44 2032072754

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

Hyde Housing Association (The Hyde Group)

Internet address(es)

Main address

https://hyde.delta-esourcing.com/

Buyer's address

https://hyde.delta-esourcing.com/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://hyde.delta-esourcing.com/respond/J6V2B6EVAW

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://hyde.delta-esourcing.com/respond/J6V2B6EVAW

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

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Learning and Development Framework

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The main requirements are for the provision of training services, to include:

•Business and interpersonal skills training including resilience and dealing with change

•Leadership/Talent programmes

•Coaching programmes

•Health and Safety Training

Suppliers on our panel may be able to offer a wide range of courses across one or more of these categories or may be specialists in a particular area.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 39162200 - Training aids and devices
  • 80420000 - E-learning services
  • 80500000 - Training services
  • 79632000 - Personnel-training services
  • 80510000 - Specialist training services
  • 80511000 - Staff training services
  • 80522000 - Training seminars
  • 80532000 - Management training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UNITED KINGDOM

two.2.4) Description of the procurement

The main requirements are for the provision of training services, to include:

•Business and interpersonal skills training including resilience and dealing with change

•Leadership/Talent programmes

•Coaching programmes

•Health and Safety Training

Suppliers on our panel may be able to offer a wide range of courses across one or more of these categories or may be specialists in a particular area.

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: £3,000,000

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

Duration in months

48

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.2.14) Additional information

NOTE: The £ Value stated at 2.6 is the Total Framework Value which must not be confused with the contract value.

The estimated contract value is stated in Table 1 of Page 4 of the Section B ITT Document.


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

As stated in the procurement documents

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

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As stated in the procurement documents

three.2.2) Contract performance conditions

As stated in the procurement documents

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

Accelerated procedure

Justification:

Previous publication of a PIN (Prior Indicative Notice) advising of this tendering opportunity.

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: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-025400

four.2.2) Time limit for receipt of tenders or requests to participate

Date

17 January 2022

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

17 January 2022

Local time

12:01pm


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

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.NOTE: The £3,000,000 Value stated at 2.6 is the Total Framework Value which must not be confused with the contract value.

The estimated contract value is stated in Table 1 of Page 4 of the Section B ITT Document.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://hyde.delta-esourcing.com/tenders/UK-UK-London:-Education-and-training-services./J6V2B6EVAW

To respond to this opportunity, please click here:

https://hyde.delta-esourcing.com/respond/J6V2B6EVAW

GO Reference: GO-20211214-PRO-19392207

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.hyde-housing.co,uk