Section one: Contracting authority
one.1) Name and addresses
Hyde Housing Association
30 Park Street
London
SE1 9EQ
Contact
Tarvinder Bhungle
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