Tender

DfE Invest NI - Leading Team Programme 2023 - 2028

  • DfE: Invest NI

F02: Contract notice

Notice identifier: 2023/S 000-036582

Procurement identifier (OCID): ocds-h6vhtk-042516

Published 12 December 2023, 5:52pm



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

Email

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.