Section one: Contracting authority
one.1) Name and addresses
DfE: Invest NI
Bedford Square, Bedford Street
BELFAST
BT2 7ES
Contact
SSDAdmin.CPDfinance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
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://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
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://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DfE Invest NI - Leading Team Programme 2023 - 2028
Reference number
4929893
two.1.2) Main CPV code
- 80430000 - Adult-education services at university level
two.1.3) Type of contract
Services
two.1.4) Short description
DfE Invest NI - Leading Team Programme Invest NI is seeking to engage an experienced Contractor(s) for the design, delivery and management of up to five cohorts of a new Leadership Team Programme with an anticipated start date January 2024. This tender has been divided into two Lots. Each Lot will be evaluated and awarded independently. There is no restrictions on the number of Lots a Tenderer can bid for or be awarded, Tenderers may bid for one, two or both Lots as they wish. LOT 1 - The Design, Management and Delivery of Executive Education Content Service - Tenders are invited from suitably qualified and experienced Contractors to deliver a programme of Executive Education content. LOT 2 – The Design, Management and Delivery of a Business Coaching Service for Executive Teams - Tenders are invited from suitably qualified and experienced Contractors to deliver a Business Coaching service to Executive Teams participating on the Leadership Team Programme. Please refer to Tender Documents for further details.
two.1.5) Estimated total value
Value excluding VAT: £2,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
two.2) Description
two.2.1) Title
Lot 1
Lot No
1
two.2.2) Additional CPV code(s)
- 80500000 - Training services
- 80510000 - Specialist training services
- 80511000 - Staff training services
- 80520000 - Training facilities
- 80521000 - Training programme services
- 80532000 - Management training services
- 80570000 - Personal development training services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DfE Invest NI - Leading Team Programme Invest NI is seeking to engage an experienced Contractor(s) for the design, delivery and management of up to five cohorts of a new Leadership Team Programme with an anticipated start date January 2024. This tender has been divided into two Lots. Each Lot will be evaluated and awarded independently. There is no restrictions on the number of Lots a Tenderer can bid for or be awarded, Tenderers may bid for one, two or both Lots as they wish. LOT 1 - The Design, Management and Delivery of Executive Education Content Service - Tenders are invited from suitably qualified and experienced Contractors to deliver a programme of Executive Education content. LOT 2 – The Design, Management and Delivery of a Business Coaching Service for Executive Teams - Tenders are invited from suitably qualified and experienced Contractors to deliver a Business Coaching service to Executive Teams participating on the Leadership Team Programme. Please refer to Tender Documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Methodology – Proposed Programme Design and Delivery / Weighting: 24
Quality criterion - Name: Key Delivery Personnel Experience / Weighting: 15.2
Quality criterion - Name: Programme Director Experience / Weighting: 10.4
Quality criterion - Name: Social Value / Weighting: 10.4
Quality criterion - Name: Presentation session – testing design technique, facilitation, and skills. / Weighting: 20
Cost criterion - Name: Total Contract Price / Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £1,500,000
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
A retender of Invest NI: Leadership Team Programme may take place following the expiry of this current contract.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract period will be for 3 years with one optional extension of a further 2 years, 5 years in total.
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
Lot No
2
two.2.2) Additional CPV code(s)
- 80500000 - Training services
- 80510000 - Specialist training services
- 80511000 - Staff training services
- 80520000 - Training facilities
- 80521000 - Training programme services
- 80532000 - Management training services
- 80570000 - Personal development training services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
DfE Invest NI - Leading Team Programme Invest NI is seeking to engage an experienced Contractor(s) for the design, delivery and management of up to five cohorts of a new Leadership Team Programme with an anticipated start date January 2024. This tender has been divided into two Lots. Each Lot will be evaluated and awarded independently. There is no restrictions on the number of Lots a Tenderer can bid for or be awarded, Tenderers may bid for one, two or both Lots as they wish. LOT 1 - The Design, Management and Delivery of Executive Education Content Service - Tenders are invited from suitably qualified and experienced Contractors to deliver a programme of Executive Education content. LOT 2 – The Design, Management and Delivery of a Business Coaching Service for Executive Teams - Tenders are invited from suitably qualified and experienced Contractors to deliver a Business Coaching service to Executive Teams participating on the Leadership Team Programme. Please refer to Tender Documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Methodology: Programme Content and Coordination / Weighting: 28
Quality criterion - Name: Programme Director Experience / Weighting: 15.4
Quality criterion - Name: Key Delivery Personnel Experience / Weighting: 15.4
Quality criterion - Name: Social Value / Weighting: 11.2
Cost criterion - Name: Total Contract Price / Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £1,000,000
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
A retender of Invest NI: Leadership Team Programme may take place following the expiry of this current contract.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract period will be for 3 years with one optional extension of a further 2 years, 5 years in total.
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
As detailed in the Tender Documents.
three.1.3) Technical and professional ability
List and brief description of selection criteria
As detailed in the Tender Documents.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the Tender 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
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
22 January 2024
Local time
3:00pm
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: 21 April 2024
four.2.7) Conditions for opening of tenders
Date
22 January 2024
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 5 years
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering.. On contract. requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach.. Satisfactory. levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach.. Satisfactory. levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs. And their. performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave.. Professional. misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue. of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions. Being. undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a. Period of. twelve months from the date of issue of the certificate
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended) and where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award. Of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.