Contract notice
Section I: Contracting
authority
I.1) Name and addresses
DfE: Invest NI
Bedford Square, Bedford Street
BELFAST
BT2 7ES
UK
Contact person: SSDAdmin.CPDfinance-ni.gov.uk
E-mail: SSDAdmin@CPDfinance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps
Tenders or requests to participate must be sent to the abovementioned 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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DfE Invest NI - Leading Team Programme 2023 - 2028
Reference number: 4929893
II.1.2) Main CPV code
80430000
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
2 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1
II.2.2) Additional CPV code(s)
80500000
80510000
80511000
80520000
80521000
80532000
80570000
II.2.3) Place of performance
NUTS code:
UKN
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Methodology – Proposed Programme Design and Delivery
/ Weighting: 24
Quality criterion: Key Delivery Personnel Experience
/ Weighting: 15.2
Quality criterion: Programme Director Experience
/ Weighting: 10.4
Quality criterion: Social Value
/ Weighting: 10.4
Quality criterion: Presentation session – testing design technique, facilitation, and skills.
/ Weighting: 20
Cost criterion: Total Contract Price
/ Weighting: 20
II.2.6) Estimated value
Value excluding VAT:
1 500 000.00
GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Lot 2
II.2.2) Additional CPV code(s)
80500000
80510000
80511000
80520000
80521000
80532000
80570000
II.2.3) Place of performance
NUTS code:
UKN
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Methodology: Programme Content and Coordination
/ Weighting: 28
Quality criterion: Programme Director Experience
/ Weighting: 15.4
Quality criterion: Key Delivery Personnel Experience
/ Weighting: 15.4
Quality criterion: Social Value
/ Weighting: 11.2
Cost criterion: Total Contract Price
/ Weighting: 30
II.2.6) Estimated value
Value excluding VAT:
1 000 000.00
GBP
II.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.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As detailed in the Tender Documents.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the Tender Documents.
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/01/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
21/04/2024
IV.2.7) Conditions for opening of tenders
Date:
22/01/2024
Local time: 15:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
5 years
VI.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
VI.4) Procedures for review
VI.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
UK
VI.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.
VI.5) Date of dispatch of this notice
12/12/2023