UK-China Infrastructure Alliance Academy Course
The UK-China Infrastructure Alliance UK Academy is a training programme offering courses, seminars and workshops to delegates from the Chinese government and Chinese businesses.
United Kingdom-London: Training programme services
2016/S 170-306626
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
UK Trade and Investment
1 Victoria Street
SW1H 0ET London
United Kingdom
Internet address(es):
General address of the contracting authority: https://www.gov.uk/government/organisations/uk-trade-investment
Further information can be obtained from: UK Shared Business Services Ltd
Contact point(s): Al Staunton-Lambert
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: UK Shared Business Services Ltd
Tenders or requests to participate must be sent to: UK Shared Business Services Ltd
E-mail: ExpressionOfInterest@crowncommercial.gov.uk
Internet address: http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
UK Trade & Investment
1 Victoria Street
SW1H 0ET London
United Kingdom
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.1.5)Short description of the contract or purchase(s)
This training programme will include:
roles of national and local government, including responsibilities and delegated authorities and the potential impact of relevant changes such as devolution and BREXIT to these;
processes for infrastructure projects including planning, compliance, governance, policy, legal regimes, regulation, procurement, finance, standards, health and safety, operations, financing mechanisms including public-private partnerships (‘PPP’); and engagement with stakeholders including the public and the role of public relations in the UK to mitigate stakeholder risks;
business norms in the UK such as how the UK government consults with industry; how, when and in what circumstances industry forms consortia; and what constitutes a credible advisory team and the likely roles and contributions of such an advisory team;
key related professional institutions in the UK and their roles including as expert advisors.
Equal weight will be give to the roles and processes; and the softer elements of business norms and networks.
in addition to the formal training activities, the Academy will include opportunities for professional firms to provide networking and matching making opportunities.
The programme will be modular in approach with delegates spending 5 nights/5 days on a residential programme in the UK.
We are procuring a supplier to provide the following services:
—
Develop a 5-day residential training course for Chinese delegates to be delivered in Chinese, or in English with simultaneous translation.
—
Deliver the course twice in the financial year 2016/17 (1.4.2016 — 31.3.2017), with the first course to be in delivered in December 2016, and the second course to be delivered between 1.1.2017 and 31.3.2017.
—
These first 2 courses will be funded by the Customer, with the intention that further courses will be run in years 2 and 3 will be self-sustaining.
—
Arrange for a launch event for the Academy in November 2016.
—
Prepare a course itinerary
—
Provide course materials to all delegates
—
Prepare materials in English and Chinese
—
Provide a suitable venue for the course
—
Arrange accommodation for 5 nights
—
Provide meals for the delegates
. Deliver the course including site visits.
II.1.6)Common procurement vocabulary (CPV)
80521000, 80570000, 80522000, 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:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: The government has set out the need for greater transparency across its operations to enable the public to hold public bodies and politicians to account. This includes commitments relating to public expenditure, intended to help achieve better value for money.
Suppliers and those organisations looking to bid for public sector contracts should be aware that if they are awarded a new government contract, the resulting contract will be published. In some circumstances, limited redactions will be made to some contracts before they are published in order to comply with existing regulatory needs and law, plus the protection of national security.
Suppliers (including SPV’s, Consortia and Partnerships) may be required to clearly demonstrate recent successful experience in similar projects and environments.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite. To participate in this procurement, participants shall first be registered on the e-Sourcing Suite.
If Bidders have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’.
Please note that, to register, Bidders must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Note: registration may take some time please ensure that you allow a sufficient amount of time to register.
Full instructions for registration and use of the system can be found at
http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailingExpressionOfInterest@crowncommercial.gov.uk
Your email must clearly state:
the name and reference for the procurement you wish to register for;
Your organisations full name as a registered supplier;
the name and contact details for the registered individual sending the email.
Crown Commercial Service (CCS) will process the email and then enable the Bidder to access the procurement online via the e-Sourcing Suite.
The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event.
Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service (CCS) Helpdesk (Not UK SBS Ltd ): Freephone: 0345 010 3503
email: supplier@ccs.gsi.gov.uk
Training support to respond to a requirement is available to bidders at
http://www.uksbs.co.uk/services/procure/Pages/supplier.aspx
Responses must be received by the date in IV.3.4).
Responses received outside or concurrently using the eSourcing process will not be accepted or considered further for this opportunity.
III.2.2)Economic and financial ability
Public Contracts Regulations 2015.
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1)
We will also require to see at least 1 of the following documents
a.
A copy of the audited accounts for the most recent
2 years
b.
A statement of the turnover, profit and loss account,
current liabilities and assets, and cash flow for the
most recent year of trading for this organisation
c.
A statement of the cash flow forecast for the current
year and a bank letter outlining the current cash and
credit position
d.
Alternative means of demonstrating financial status if any of the above are not available (e.g. Forecast of
turnover for the current year and a statement of
funding provided by the owners and/or the bank,
charity accruals accounts or an alternative means of
demonstrating financial status).
Minimum level(s) of standards possibly required: All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts)
The sourcing documents can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1).
III.2.3)Technical capacity
All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts)
The sourcing documents can be accessed using the instructions detailed in III.2.1).
Project specific requirements
The Contracting Authority requires all interested parties to sign a Non Disclosure Agreement prior to being able to access the sourcing documents.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
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
Date: 11.10.2016 – 14:00
Place:
Electronically, via web-based portal
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
If the Contracting Authority decides to enter into a Contract with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of Bidders.
UK Shared Business Services Ltd wishes to establish an agreement for use by the following UK public sector bodies (and any future successors to these organisations)
Core Customers: Associated Bodies
The Contract will be open for use by UK Trade & Investment.
UK Shared Business Services Ltd are able to accept unstructured electronic invoicing.
VI.4.3)Service from which information about the lodging of appeals may be obtained
UK Shared Business Services Ltd
North Star House, North Star Avenue
SN2 1FF Swindon
United Kingdom
E-mail: policy@uksbs.co.uk
Internet address: www.uksbs.co.uk
VI.5)Date of dispatch of this notice:
Related Posts
University of Sheffield Training Services Framework
Leadership Development Training Modules – Request for Quotations