IT System Training Tender
Lot 1: Systems and digital design / delivery, Lot 2: Generic training design and delivery.
United Kingdom-Warrington: Training services
2018/S 175-397837
Contract notice – utilities
Services
Directive 2014/25/EU
Section I: Contracting entity
I.1)Name and addresses
02366678
Lingley Mere Business Park
Warrington
WA5 3LP
United Kingdom
Contact person: Amy Foxall
Telephone: +44 1925678096
E-mail: RegulatoryProcurementTeam@uuplc.co.uk
NUTS code: UKD
Address of the buyer profile: https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/43984
I.3)Communication
I.6)Main activity
Section II: Object
II.1.1)Title:
PRO003732 — Services — Framework — Project and Programme Management Related Training
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The requirement is to provide training resource for United Utilities (UU) Projects where business as usual (BAU) resource or alternative internal resource is unavailable.
— Lot 1: Systems and digital design / delivery,
— Lot 2: Generic training design and delivery.
II.1.5)Estimated total value
II.1.6)Information about lots
An Applicant can bid and be successful across both lots, 2 agreements per lot will be awarded.
In no circumstances will we award more than 2 Framework Agreements per lot.
An Applicant can be successful and be awarded an agreement across both lots.
II.2.1)Title:
Systems and Digital Design / Delivery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope and specification for Lot 1 primarily consists of:
— System training: this requirement is in relation to new IT systems that UU are implementing or upgrades to existing systems currently installed. There may be a requirement to work with a third party to design and deliver the system based training or alternatively a requirement to deliver without design involvement and vice versa.
— Provide digital content: in accordance with UU Branding Guidelines and digital design guidelines the requirement is to use the various digital design tools including Articulate Storyline 2 (or equivalent).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
It is anticipated that we will shortlist 4 bidders from PQQ to ITN and award to 2 bidders. An Applicant can bid and be successful across both lots, 2 agreements per lot will be awarded.
In no circumstances will we award more than 2 Framework Agreements per lot.
II.2.10)Information about variants
II.2.11)Information about options
Agreements will be awarded for an initial period of 3 years with options to extend for up to a maximum term of 8 years. The duration of extensions will be at the discretion of the Company.
II.2.13)Information about European Union funds
II.2.1)Title:
Generic Training Design and Delivery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope and specification for Lot 2 primarily consists of the need to provide project design and delivery where the business change relates to process, system, behavioural or cultural change and there is a requirement for soft skills design and delivery or a more facilitative approach to training delivery.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
It is anticipated that we will shortlist 4 bidders from PQQ to ITN and award to two bidders. An Applicant can bid and be successful across both lots, 2 agreements per lot will be awarded.
In no circumstances will we award more than 2 Framework Agreements per lot.
II.2.10)Information about variants
II.2.11)Information about options
Agreements will be awarded for an initial period of 3 years with options to extend for up to a maximum term of 8 years. The duration of extensions will be at the discretion of the Company.
II.2.13)Information about European Union funds
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
Please refer to procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
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:
Section VI: Complementary information
VI.1)Information about recurrence
VI.4.1)Review body
City of Westminster
London
United Kingdom
VI.5)Date of dispatch of this notice: