HR Learning and Development Services Tender – Hertfordshire
The provision of Core Skills — (Develop Me, Developing Management Skills, Developing a Leadership Approach) and an on-line resource library.
United Kingdom-Hertford: Education and training services
2018/S 163-372599
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Pegs Lane
Hertford
SG13 8DE
United Kingdom
Contact person: Strategic Procurement Group
Telephone: +44 1992555121
E-mail: juliet.cameron@hertfordshire.gov.uk
NUTS code: UKH23Internet address(es):Main address: www.hertfordshire.gov.uk
Address of the buyer profile: www.supplyhertfordshire.uk
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
HCC 08/18 — The Provision of HR Learning and Development Services for Hertfordshire County Council
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Hertfordshire County Council (the “Council”) is currently out to procurement for the provision of HR Learning and Development Services for Hertfordshire County Council. Further information in regards to this opportunity can be found in II.2.4) Description of the procurement field. Organisations wishing to take part in this project are invited to “express interest” which will give access to the full procurement documents in the e-tendering system. Please see VI.3) Additional information for further information. Any questions relating to this procurement must be made via the correspondence area in the e-Tendering system, in accordance with the procurement documents and can be addressed to the main contact as shown in the details above.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
The provision of Core Skills — (Develop Me, Developing Management Skills, Developing a Leadership Approach) and an on-line resource library to support this provision
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The requirement of this Lot is to provide a core portfolio of development programmes, using a variety of learning methodology, and a flexible offering of bespoke and tailor-made solutions to meet the needs of the Council’s services and provide an online resource library to support this service. The estimated total value of the Contract is stated in II.1.5) of this Notice and is for the initial term inclusive of the approximate value for extension(s). For the avoidance of doubt, the estimated minimum annual value of the Contract will be approximately 150 000,00 GBP. The Contract will be awarded for an initial term of 3 (three) years, with the option to extend the Contract up to 3 (three) further years on an annual basis. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. Organisations should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate. In addition to the Services required to be provided to the Council, the following Other Bodies may make a request to the Council to receive the Services, and this is seen as an area of potential growth in the future. Should this be the case the Council may order additional Services on behalf of Other Bodies. Such Services shall be provided by the Contractor in accordance with the provisions of the Specification. The Other Bodies listed in this Notice are provided for information only and for the avoidance of doubt may or may not order Services at the start, or any time during the Contract Period, but reserve the right to do so, subject to their current contractual commitments relating to this Service. Hertfordshire County Council will be the lead authority and will manage the Contract on behalf of any Other Body accessing this Contract. The following entities are “Other Bodies” for the purposes of this Contract:
— Three Rivers District Council,
— Watford District Council,
— Hertsmere District Council,
— Broxbourne Borough Council,
— Welwyn Hatfield District Council,
— East Hertfordshire District Council,
— Stevenage District Council,
— North Hertfordshire District Council,
— St Albans District Council,
— Dacorum District Council,
— Hertfordshire Catering Limited,
— Herts for Living Limited,
— Herts at Home Limited,
— Herts Full Stop Limited,
— Hertfordshire Local Enterprise Partnership,
— any other future trading arm, wholly owned company, mutual, joint venture, trust and shared service of Hertfordshire County Council.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Contract will be reviewed at the end of the Contract period.
II.2.10)Information about variants
II.2.11)Information about options
Option to extend the Contract by up to 3 (three) further years on an annual basis.
II.2.13)Information about European Union funds
II.2.14)Additional information
II.2.1)Title:
The provision of a Strategic and Organisational Leadership Programme
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The requirement of this Lot is to develop and facilitate a Strategic and Organisational Leadership programme. The estimated total value of the Contract is stated in II.1.5) of this Notice and is for the initial term inclusive of the approximate value for extension(s). For the avoidance of doubt, the estimated minimum annual value of the Contract will be approximately 115 000,00 GBP. The Contract will be awarded for an initial term of 3 (three) years, with the option to extend the Contract up to 3 (three) further years on an annual basis. Please note that the contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands. Organisations should be aware that due to the nature of the Services provided, any Contract formed as a result of this procurement process shall be executed as a deed. Organisations should seek independent legal advice on the implications of this prior to submitting their bid, where appropriate. In addition to the Services required to be provided to the Council, the following Other Bodies may make a request to the Council to receive the Services, and this is seen as an area of potential growth in the future. Should this be the case the Council may order additional Services on behalf of Other Bodies. Such Services shall be provided by the Contractor in accordance with the provisions of the Specification. The Other Bodies listed in this Notice are provided for information only and for the avoidance of doubt may or may not order Services at the start, or any time during the Contract Period, but reserve the right to do so, subject to their current contractual commitments relating to this Service. Hertfordshire County Council will be the lead authority and will manage the Contract on behalf of any Other Body accessing this Contract. The following entities are “Other Bodies” for the purposes of this Contract:
— Three Rivers District Council,
— Watford District Council,
— Hertsmere District Council,
— Broxbourne Borough Council,
— Welwyn Hatfield District Council,
— East Hertfordshire District Council,
— Stevenage District Council,
— North Hertfordshire District Council,
— St Albans District Council,
— Dacorum District Council,
— Hertfordshire Catering Limited,
— Herts for Living Limited,
— Herts at Home Limited,
— Herts Full Stop Limited,
— Hertfordshire Local Enterprise Partnership,
— any other future trading arm, wholly owned company, mutual, joint venture, trust and shared service of Hertfordshire County Council.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This Contract will be reviewed at the end of the Contract period.
II.2.10)Information about variants
II.2.11)Information about options
Option to extend the Contract by up to 3 (three) further years on an annual basis.
II.2.13)Information about European Union funds
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
Please note Hertfordshire County Council has worked closely with its districts and partners to create a joint procurement portal called supply Hertfordshire. This portal provides an e-Tendering system which is run by In-Tend. To access this procurement opportunity please visit www.supplyhertfordshire.uk and follow the on-screen guidance. This is a 1 stage procurement process. Therefore, if you wish to be considered as a tenderer you must complete and submit a tender by the specified closing date and time. Tender submissions cannot be uploaded after this return deadline. If you are experiencing problems In-Tend offer a help section which includes a dedicated UK support desk which can be contacted via email: support@in-tend.com or Telephone: +44 1144070065 for any website/technical questions, Monday to Friday, 8:30-17:30. The Council reserves the right at any time to cease the procurement process and not award a Contract or to award only part of the opportunity described in this Notice. If the Council takes up this right, then they will not be responsible for or pay the expenses or losses, which may be incurred by any organisation or tenderer as a result. The Council undertakes to hold confidential any information provided in the proposal submitted, subject to the Council’s obligations under the law including the Freedom of Information Act 2000. If the organisation considers that any of the information submitted in the proposal should not be disclosed because of its sensitivity then this should be stated with the reason for considering it sensitive. The Council will then endeavour to consult with the applicant about such sensitive information when considering any request received under the Freedom of Information Act 2000 before replying to such a request. The Council reserves the right to carry out additional financial checks on all organisations bidding for this opportunity at any time during the procurement process. This is to ensure that they continue to meet the Council’s requirements and remain financially viable to fulfil the requirements under the Contract. The services advertised in this notice fall under the services listed in Annex XIV to Directive 2014/24/EU of the European Parliament and of the Council and the contracting authority is not obliged to follow The Public Contracts Regulations 2015 in full. The procurement process that will apply to the services is specified in the procurement documents accordingly.
VI.4.1)Review body
N/A
United Kingdom
VI.4.3)Review procedure
The Contracting Authority will incorporate a minimum 10 calendar days (when using electronic means) standstill period at the point information on the award of the Contract is communicated to tenderers. This period allows unsuccessful tenderers to challenge the decision to award a Contract before a contract is executed/signed (as appropriate). The Public Contracts Regulations 2015 (“Regulations”) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and within the time limits as defined in the above regulations. Where a Contract has not been entered into the court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If the Contract has been entered into the court has the options to award damages and/or to shorten or order the Contract ineffective.
VI.4.4)Service from which information about the review procedure may be obtained
The Strand
Hertford
WC2A 2LL
United Kingdom
VI.5)Date of dispatch of this notice: