Services - 154359-2020

31/03/2020    S64

United Kingdom-London: Education and training services

2020/S 064-154359

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Infrastructure and Projects Authority (IPA) and Crown Commercial Services (CCS) acting as it’s agent
Postal address: 1 Horse Guards Road
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SW1A 2HQ
Country: United Kingdom
E-mail: plp@ipa.gov.uk
Telephone: +44 7926509433
Internet address(es):
Main address: https://www.gov.uk/government/organisations/infrastructure-and-projects-authority
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be submitted to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: www.crowncommercialservice.esourcingsolution.co.uk
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Project Leadership Programme

Reference number: RM6214
II.1.2)Main CPV code
80000000 Education and training services
II.1.3)Type of contract
Services
II.1.4)Short description:

IPA is formally undertaking the re-procurement of the Project Leadership Programme, a development programme run for project leaders in government.

II.1.5)Estimated total value
Value excluding VAT: 22 500 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
72220000 Systems and technical consultancy services
75000000 Administration, defence and social security services
75121000 Administrative educational services
80420000 E-learning services
80500000 Training services
80510000 Specialist training services
80511000 Staff training services
80520000 Training facilities
80521000 Training programme services
80522000 Training seminars
80530000 Vocational training services
80531000 Industrial and technical training services
80531200 Technical training services
80570000 Personal development training services
80590000 Tutorial services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UK.

II.2.4)Description of the procurement:

Government projects are complex and delivered under intense political and public scrutiny, often in volatile and uncertain contexts. They can be of significant scale and uniqueness. Of critical importance to the IPA is to build project delivery capability through enhancing project leadership.

The IPA has established two key project leadership development programmes, one of which is the Project Leadership Programme (PLP).

PLP was launched in 2015. It is aimed at leaders who hold key delivery roles in government projects.

The programme has enrolled since inception over 1 000 leaders from across 30 different government departments and currently delivers up to 6 cohorts a year of between 30-50 participants per cohort.

The current PLP is based on three key leadership competencies: leadership of self, commercial leadership and technical project leadership. Its content combines expert academic theory with practical hands-on learning. Its format currently includes four residential modules, elective classes, coaching and online tools such as bespoke 360º feedback and a participant information portal.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70 %
Price - Weighting: 30 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Candidates will be assessed in accordance with section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to the bid pack.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2019/S 102-247228
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 28/04/2020
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 28/04/2020
Local time: 15:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

The value provided in section II.1.5) is only an estimate.

Although this procurement falls under Schedule 3 (Social and Other Specific Services) of the Public Contracts Regulations 2015, meaning we are running this competition using the light-touch procedure, it is being conducted in the style of the open procedure. Anyone can submit a bid in response to this published contract notice.

The duration of the contract will be a maximum of 5 (five) years, with the first term being 3 (three) years, with a further possible extension of 2 (two) 1 (one)-year periods.

All schedules and specific documentation related to this procurement will be included within the bid pack at: https://crowncommercialservice.bravosolution.co.uk where access is unrestricted and free of charge.

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/eb71b4a4-a522-4710-8c5f-8c25382e2dfc

1) Contract notice transparency information for the agreement

2) Contract notice authorised customer list

On 2 April 2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

In order to be considered in this procurement, we require all bidders to hold Cyber Essentials Plus.

Registering for access:

This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

To register, you will need to:

1) go to the URL: https://crowncommercialservice.bravosolution.co.uk

2) select the link ‘I am a new supplier user’;

3) read and agree to the portal user agreement;

4) complete the registration form, providing information including:

— the full legal name of your organisation,

— your company registration number,

— your DUNS number — a unique nine-digit number provided to organisations free of charge by Dun and Bradstreet,

— user and contact details.

Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.

Note: if you require additional users from your organisation to see the invitation to tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via ‘User Management’ > ‘Manage Users’ > ‘Users’ > ‘Create’.

Expressing an interest:

To express your interest in this procurement:

1) login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk

2) on the dashboard select the link ITTs Open to All Suppliers;

3) on the ‘ITTs Open to All Suppliers’ webpage you will see one or more procurements listed, click on the procurement name you wish to access;

4) click on express interest at the top of the next screen;

5) you can now access the published documents in the BravoSolution portal.

For assistance please contact the eSourcing Helpdesk operated by BravoSolution by email at help@bravosolution.co.uk or call 08000698630

The authority has given consideration to the potential impact of Coronavirus (Covid-19). Please reference Attachment 1 — about the contract for further information.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Infrastructure and Projects Authority (IPA) and Crown Commercial Services (CCS) acting as it’s agent
Postal address: 1 Horse Guards
Town: London
Postal code: SW1A 2HQ
Country: United Kingdom
VI.5)Date of dispatch of this notice:
27/03/2020