Training Contract Birmingham
Training Consultancy Services for the University of Birmingham’s People and Organisational Development.UK-Edgbaston: education and training services
2012/S 78-128712
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Birmingham
Procurement Division, Aston Webb ‘B’ Block, Birmingham
Contact point(s): http://in-tendhost.co.uk/universityofbirmingham
For the attention of: Susanna Ting
B15 2TT Edgbaston
UNITED KINGDOM
Telephone: +44 1214145389
E-mail: s.y.ting@bham.ac.uk
Fax: +44 1214143459
Internet address(es):
General address of the contracting authority: http://www.birmingham.ac.uk/index.aspx
Address of the buyer profile: http://in-tendhost.co.uk/universityofbirmingham
Electronic access to information: http://in-tendhost.co.uk/universityofbirmingham
Electronic submission of tenders and requests to participate: http://in-tendhost.co.uk/universityofbirmingham
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
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Training Consultancy Services for the University of Birmingham’s POD.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 14: Building-cleaning services and property management services
NUTS code UKG31
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
The University of Birminghams People and Organisational Development (POD) is currently undergoing some significant change and is equipping itself to support the re-structure in terms of its responsibilities as Organisational Development provider.
Our aim in POD (People and Organisational Development) is to develop the capabilities and potential of every member of staff in the University. We support the University’s goal to recruit, develop and retain the best staff, who will keep the University at the forefront of all that it does.
With this in mind the POD are now seeking to enter into a Framework Agreement with providers who can meet the following requirements:
Organisational Development practitioners who can assist and support the POD in facilitating the work of the University of Birmingham as it re-engineers itself. Change Management both in terms of structure and culture are likely to be a key feature.
Management Development practitioners who can assist and support the POD in a range of programmes from Recruitment and Selection to Management Development programmes at varying levels of seniority. Within the spectrum of soft skills and personal and management development, there is unlikely to be many areas not covered.
Leadership Development practitioners who can assist and support the POD in a range of programmes to build the leadership capability of the University of Birmingham. Talent Management is a significant feature within this area and career and succession planning are areas that need to be fashioned into a detailed and coherent structure and process. Assessment and Development centres are likely to be a feature too, examining skills, knowledge and experience and leadership and management capabilities.
II.1.6)Common procurement vocabulary (CPV)
80000000, 80500000, 80570000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 18.4.2012. Completion 28.5.2012
Information about lots
Lot No: 1 Lot title: Training Services
1)Short description
Senior Leadership Programme.
Research Team Leader Programme.
Effective Researcher Programme.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Coaching
1)Short description
University Executive Board 121 Coaching.
Senior Management Team 121 Coaching.
Senior Management Team Development.
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment of Invoices will be 30 days from Date of Invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Limited Company, joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Tenderers will be required to complete a Pre Qualification Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As requested in the Pre Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As requested in the Pre Qualification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
FRAM193/12
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 28.5.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.5.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
15.8.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 2016.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:19.4.2012