Nuclear Specific Training Framework Agreement
To develop and deliver nuclear specific training programmes, targeted at the nuclear manufacturing supply chain as part of the CNSiG programme.
United Kingdom-Sheffield: Education and training services
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Sheffield
Floor 5, The Arts Tower, Western Bank
For the attention of: Ericka Lyne
S10 2TN Sheffield
UNITED KINGDOM
Telephone: +44 1142229570
E-mail: e.m.lyne@sheffield.ac.uk
Fax: +44 1142229570
Internet address(es):
General address of the contracting authority: www.sheffield.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/sheffield
Electronic access to information: https://in-tendhost.co.uk/sheffield
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/sheffield
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 24: Education and vocational education services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Duration of the framework agreement
Duration in months: 12
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 500 000 and 627 000 GBP
II.1.5)Short description of the contract or purchase(s)
The tender is split into 2 parts. Part 1 contains 3 work packages:
Work Package 1: Nuclear culture, industrial awareness and safe working practices (all levels).
Work Package 2: Commercial Readiness, meeting customer requirements and delivering against contractual obligations.
Work Package 3: Manufacturing Systems and Processes
Within each work package we anticipate that a range of courses may be required to meet the requirement of the package.
Part 2 is for continuous professional development opportunities. You must tender for all parts.
II.1.6)Common procurement vocabulary (CPV)
80000000, 80531100, 80530000, 80531000, 80531200, 80532000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 500 000 and 627 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.2.2)Economic and financial ability
III.2.3)Technical capacity
The tenderer will need to demonstrate they have the following experience:
— Ability to demonstrate experience, success and business impact in developing and delivering employer led training for the nuclear industry;
— Ability to demonstrate credibility and respect within the nuclear industry;
— Ability to demonstrate their experience in developing and delivering training in line with the good practice approach to training, accreditation and nuclear professionalism outlined in the Capability Model for the UK Nuclear Industry https://www.nuclear.nsacademy.co.uk/products-services/capability-model;
— ability to respond to the continuous professional development needs of employers within the nuclear industry.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality of technical proposal. Weighting 50
2. Price. Weighting 30
3. Presentation quality and style. Weighting 20
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Our intention is to create a single-supplier framework agreement for the training services required to support the Civil Nuclear Sharing In Growth programme which is supported by the Regional Growth Fund . The framework agreement will not guarantee the supplier any subsequent orders, but will enable the Authority to use the approved supplier without the need for further competition. Where Beneficiaries have been approved by UoS, they will be able to place call-off orders directly (funded by the RGF). Bidders are referred to schedule 1 which sets out particular conditions on ordering, invoicing and payment for each organization.
This is a Part B Service and the service required is Education.
VI.5)Date of dispatch of this notice:28.4.2014