Services - 482443-2018

02/11/2018    S211

Royaume-Uni-Huddersfield: Services d'enseignement et de formation

2018/S 211-482443

Avis de marché

Services

Base juridique:
Directive 2014/24/UE

Section I: Pouvoir adjudicateur

I.1)Nom et adresses
Nom officiel: The Council of the Borough of Kirklees
Adresse postale: Town Hall, Ramsden Street
Ville: Huddersfield
Code NUTS: UKE YORKSHIRE AND THE HUMBER
Code postal: HD1 2TA
Pays: Royaume-Uni
Point(s) de contact: Deborah Hirst
Courriel: laod@kirklees.gov.uk
Téléphone: +44 1484221000
Adresse(s) internet:
Adresse principale: https://www.kirklees.gov.uk
Adresse du profil d’acheteur: https://www.yortender.co.uk
I.1)Nom et adresses
Nom officiel: Kirklees Neighbourhood Housing
Adresse postale: Perseverance House, St Andrew's Road
Ville: Huddersfield
Code NUTS: UKE YORKSHIRE AND THE HUMBER
Code postal: HD1 6RZ
Pays: Royaume-Uni
Point(s) de contact: Barry Goodwin
Courriel: barry.goodwin@knh.org.uk
Téléphone: +44 1484221000
Adresse(s) internet:
Adresse principale: https://www.kirklees.gov.uk
Adresse du profil d’acheteur: https://www.yortender.co.uk
I.2)Informations sur la passation conjointe de marchés
Le marché fait l'objet d'une procédure conjointe
I.3)Communication
Les documents du marché sont disponibles gratuitement en accès direct non restreint et complet, à l'adresse: www.yortender.co.uk
Adresse à laquelle des informations complémentaires peuvent être obtenues: le ou les point(s) de contact susmentionné(s)
Les offres ou les demandes de participation doivent être envoyées par voie électronique via: www.yortender.co.uk
Les offres ou les demandes de participation doivent être envoyées au(x) point(s) de contact susmentionné(s)
I.4)Type de pouvoir adjudicateur
Autorité régionale ou locale
I.5)Activité principale
Services généraux des administrations publiques

Section II: Objet

II.1)Étendue du marché
II.1.1)Intitulé:

Dynamic Purchasing System for the Provision of Internal Training Services

Numéro de référence: KMCSS-014
II.1.2)Code CPV principal
80000000 Services d'enseignement et de formation
II.1.3)Type de marché
Services
II.1.4)Description succincte:

The Contracting Authority (on behalf of itself and Kirklees Neighbourhood Housing (“KNH”) wishes to set up a Dynamic Purchasing System (DPS) for the provision of learning (which includes but is not limited to classroom learning/e-learning) which falls under the remit of our internal training provision (the services).

We anticipate 5 (five) categories to be run under this DPS:

— Category 1: Management Development,

— Category 2: Personal Skills,

— Category 3: Coaching,

— Category 4: Outplacement Support,

— Category 5: Ad-Hoc Training Requirements.

II.1.5)Valeur totale estimée
Valeur hors TVA: 1 362 500.00 GBP
II.1.6)Information sur les lots
Ce marché est divisé en lots: oui
Il est possible de soumettre des offres pour tous les lots
II.2)Description
II.2.1)Intitulé:

Management Development

Lot nº: 1
II.2.2)Code(s) CPV additionnel(s)
80532000 Services de formation en gestion
80570000 Services de formation pour l'épanouissement de la personnalité
II.2.3)Lieu d'exécution
Code NUTS: UKE44 Calderdale and Kirklees
Lieu principal d'exécution:

Kirklees

II.2.4)Description des prestations:

This area focuses on working on the skills of existing managers and staff who are new to the role of management. Some of the courses which we anticipate (but are not strictly limited to) tendering under this category of the DPS are:

— introduction to management;

— managing performance;

— assertiveness skills;

— influencing and negotiating skills and

— project management skills.

Economic operators for this category must have either a management qualification or evidence their experience of working at this level.

II.2.5)Critères d’attribution
Le prix n'est pas le seul critère d'attribution et tous les critères sont énoncés uniquement dans les documents du marché
II.2.6)Valeur estimée
Valeur hors TVA: 510 000.00 GBP
II.2.7)Durée du marché, de l'accord-cadre ou du système d'acquisition dynamique
Durée en mois: 60
Ce marché peut faire l'objet d'une reconduction: oui
Description des modalités ou du calendrier des reconductions:

This DPS will run for an initial twenty-four (24) months with the option to extend for up to three (3) additional periods of twelve (12) months.

II.2.10)Variantes
Des variantes seront prises en considération: non
II.2.11)Information sur les options
Options: non
II.2.13)Information sur les fonds de l'Union européenne
Le contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non
II.2.14)Informations complémentaires

Only those economic operators who have indicated their interest in specific categories, and who have been accepted onto the DPS for those categories, will be invited to take part in the competitions for these specific contracts.

Any additional specification information for individual specific contracts will be provided in the “Further Competition Document”.

II.2)Description
II.2.1)Intitulé:

Personal Skills

Lot nº: 2
II.2.2)Code(s) CPV additionnel(s)
80000000 Services d'enseignement et de formation
80570000 Services de formation pour l'épanouissement de la personnalité
II.2.3)Lieu d'exécution
Code NUTS: UKE44 Calderdale and Kirklees
Lieu principal d'exécution:

Kirklees

II.2.4)Description des prestations:

This area focuses on developing the skills of the general workforce in areas identified by themselves and/ or their line managers. Some of the courses which we anticipate (but are not strictly limited to) tendering under this category of the DPS are:

— business writing skills;

— how to handle difficult people and situations;

— personal resilience skills and

— customer service skills.

II.2.5)Critères d’attribution
Le prix n'est pas le seul critère d'attribution et tous les critères sont énoncés uniquement dans les documents du marché
II.2.6)Valeur estimée
Valeur hors TVA: 102 500.00 GBP
II.2.7)Durée du marché, de l'accord-cadre ou du système d'acquisition dynamique
Durée en mois: 60
Ce marché peut faire l'objet d'une reconduction: oui
Description des modalités ou du calendrier des reconductions:

This DPS will run for an initial twenty-four (24) months with the option to extend for up to three (3) additional periods of twelve (12) months.

II.2.10)Variantes
Des variantes seront prises en considération: non
II.2.11)Information sur les options
Options: non
II.2.13)Information sur les fonds de l'Union européenne
Le contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non
II.2.14)Informations complémentaires

Only those economic operators who have indicated their interest in specific categories, and who have been accepted onto the DPS for those categories, will be invited to take part in the competitions for these specific contracts.

Any additional specification information for individual specific contracts will be provided in the “Further Competition” Document.

II.2)Description
II.2.1)Intitulé:

Coaching

Lot nº: 3
II.2.2)Code(s) CPV additionnel(s)
79998000 Services d'accompagnement professionnel
80570000 Services de formation pour l'épanouissement de la personnalité
II.2.3)Lieu d'exécution
Code NUTS: UKE44 Calderdale and Kirklees
Lieu principal d'exécution:

Kirklees

II.2.4)Description des prestations:

This area focuses on supporting the organisation to maintain and build on its already established coaching culture. Some of the courses which we anticipate (but are not strictly limited to) tendering under this category of the DPS are:

— coaching as a leadership style and follow up CPD,

— coaching CPD for Internal Coaching Pool and

— coaching group supervision for Internal coaching pool.

Economic operators for this category must provide a range of coaching qualifications, have a coaching qualification at level 7 or above and be a member of a recognised coaching association e.g. EMCC, ICF.

II.2.5)Critères d’attribution
Le prix n'est pas le seul critère d'attribution et tous les critères sont énoncés uniquement dans les documents du marché
II.2.6)Valeur estimée
Valeur hors TVA: 275 000.00 GBP
II.2.7)Durée du marché, de l'accord-cadre ou du système d'acquisition dynamique
Durée en mois: 60
Ce marché peut faire l'objet d'une reconduction: oui
Description des modalités ou du calendrier des reconductions:

This DPS will run for an initial twenty-four (24) months with the option to extend for up to three (3) additional periods of twelve (12) months.

II.2.10)Variantes
Des variantes seront prises en considération: non
II.2.11)Information sur les options
Options: non
II.2.13)Information sur les fonds de l'Union européenne
Le contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non
II.2.14)Informations complémentaires

Only those economic operators who have indicated their interest in specific categories, and who have been accepted onto the DPS for those categories, will be invited to take part in the competitions for these specific contracts.

Any additional specification information for individual specific contracts will be provided in the “Further Competition” Document.

II.2)Description
II.2.1)Intitulé:

Outplacement Support

Lot nº: 4
II.2.2)Code(s) CPV additionnel(s)
79998000 Services d'accompagnement professionnel
80570000 Services de formation pour l'épanouissement de la personnalité
II.2.3)Lieu d'exécution
Code NUTS: UKE44 Calderdale and Kirklees
Lieu principal d'exécution:

Kirklees

II.2.4)Description des prestations:

This area focuses on supporting staff who are looking to move on from the organisation. Some of the courses which we anticipate (but are not strictly limited to) tendering under this category of the DPS are:

— getting the next steps right – outplacement support and

— senior management outplacement support.

II.2.5)Critères d’attribution
Le prix n'est pas le seul critère d'attribution et tous les critères sont énoncés uniquement dans les documents du marché
II.2.6)Valeur estimée
Valeur hors TVA: 100 000.00 GBP
II.2.7)Durée du marché, de l'accord-cadre ou du système d'acquisition dynamique
Durée en mois: 60
Ce marché peut faire l'objet d'une reconduction: oui
Description des modalités ou du calendrier des reconductions:

This DPS will run for an initial twenty-four (24) months with the option to extend for up to three (3) additional periods of twelve (12) months.

II.2.10)Variantes
Des variantes seront prises en considération: non
II.2.11)Information sur les options
Options: non
II.2.13)Information sur les fonds de l'Union européenne
Le contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non
II.2.14)Informations complémentaires

Only those economic operators who have indicated their interest in specific categories, and who have been accepted onto the DPS for those categories, will be invited to take part in the competitions for these specific contracts.

Any additional specification information for individual specific contracts will be provided in the “Further Competition” document.

II.2)Description
II.2.1)Intitulé:

Ad Hoc Training Requirements

Lot nº: 5
II.2.2)Code(s) CPV additionnel(s)
79998000 Services d'accompagnement professionnel
80570000 Services de formation pour l'épanouissement de la personnalité
II.2.3)Lieu d'exécution
Code NUTS: UKE44 Calderdale and Kirklees
Lieu principal d'exécution:

Kirklees

II.2.4)Description des prestations:

As the Contracting Authority evolves, we may need to procure training for internal staff which does not sit unambiguously under any of the Categories 1 - 4. In this instance we will issue a further competition under this category 5 which will invite all economic operators on the DPS, regardless of their category preferences, the option to take part.

II.2.5)Critères d’attribution
Le prix n'est pas le seul critère d'attribution et tous les critères sont énoncés uniquement dans les documents du marché
II.2.6)Valeur estimée
Valeur hors TVA: 375 000.00 GBP
II.2.7)Durée du marché, de l'accord-cadre ou du système d'acquisition dynamique
Durée en mois: 60
Ce marché peut faire l'objet d'une reconduction: oui
Description des modalités ou du calendrier des reconductions:

This DPS may be extended for periods of twelve (12) months up to a maximum of three (3) years.

II.2.10)Variantes
Des variantes seront prises en considération: non
II.2.11)Information sur les options
Options: non
II.2.13)Information sur les fonds de l'Union européenne
Le contrat s'inscrit dans un projet/programme financé par des fonds de l'Union européenne: non
II.2.14)Informations complémentaires

All economic operators who have indicated their interest in any of the listed categories, and who have been accepted onto the DPS for those categories, will be invited to take part in the competitions for these specific contracts.

Any additional specification information for individual specific contracts will be provided in the “Further Competition” Document.

Section III: Renseignements d’ordre juridique, économique, financier et technique

III.1)Conditions de participation
III.1.1)Habilitation à exercer l'activité professionnelle, y compris exigences relatives à l'inscription au registre du commerce ou de la profession
Liste et description succincte des conditions:

Economic operators for Category 1 must have either a management qualification or evidence their experience of working at this level.

Economic operators for Category 3 must have a coaching qualification at Level 7 or above and be a member of a recognised coaching association e.g. EMCC, ICF

III.1.2)Capacité économique et financière
Liste et description succincte des critères de sélection:

Economic and financial standing:

Economic operators do not need to demonstrate financial standing under Sections 4 and 5 of the Selection Questionnaire (SQ).

Insurance:

See Section 8.1 of the SQ (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf).

Economic operators are asked to self-certify whether they already have, or can commit to obtain, the levels of insurance cover indicated below:

A. Employer's (compulsory) liability insurance 10 000 000 GBP (in relation to any one claim or series of claims);

B. Public liability insurance 5 000 000 GBP (in relation to any one claim or series of claims).

Niveau(x) spécifique(s) minimal/minimaux exigé(s):

Economic and Financial Standing:

Economic operators do not need to demonstrate financial standing under Sections 4 and 5 of the SQ

Insurance:

Failure to indicate “Yes” to Question 8.1 will result in your request to participate in the DPS being rejected.

III.1.3)Capacité technique et professionnelle
Liste et description succincte des critères de sélection:

Information and formalities necessary for evaluating if requirements are met:

Relevant experience — economic operators are asked to provide examples of relevant experience in accordance with the requirements set out within Section 6 of the SQ (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf).

Niveau(x) spécifique(s) minimal/minimaux exigé(s):

Relevant experience:

See Section 6 of the SQ (available to download at: https://www.yortender.co.uk/procontract/supplier.nsf).

Pass — The economic operator has provided either:

A. at least one example of a previous contract that meets the minimum requirements set out in Section 6, and demonstrates to the reasonable satisfaction of the Contracting Authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with the contracting authority's requirements under the DPS;

Or

B. a satisfactory reason as to why the economic operator is unable to provide any examples of previous contracts that are relevant to the Contracting Authority's requirements under the procurement, and that meets the minimum requirements set out in Section 6.3 of the SQ.

However, economic operators are asked to note that:

C. If economic operators need to use more than 1 example to demonstrate that they possess the relevant general technical expertise and professional experience, they may do so up to a maximum of 3 examples.

D. The Contracting Authority reserves the right to confirm the accuracy of any information provided in response to Section 6 of the SQ with any named customer contact(s).

E. Any replies from any named customer contact(s) which lead the Contracting Authority, acting reasonably, to doubt any significant representations made in the economic operator's responses to Section 6 may result in exclusion.

Fail — The economic operator:

A. has failed to provide any examples of any previous contracts in response to Section 6 of the SQ;

and

B. has failed to provide a satisfactory reason as to why they were unable to provide any examples;

C. the examples given in response to Section 6 of the SQ do not demonstrate to the reasonable satisfaction of the Contracting Authority that the economic operator possesses the relevant general technical expertise and professional experience to be entrusted with the Contracting Authority's requirements under the DPS.

Section IV: Procédure

IV.1)Description
IV.1.1)Type de procédure
Procédure restreinte
IV.1.3)Information sur l'accord-cadre ou le système d'acquisition dynamique
Le marché implique la mise en place d'un système d'acquisition dynamique
IV.1.8)Information concernant l’accord sur les marchés publics (AMP)
Le marché est couvert par l'accord sur les marchés publics: oui
IV.2)Renseignements d'ordre administratif
IV.2.2)Date limite de réception des offres ou des demandes de participation
Date: 31/10/2023
Heure locale: 13:00
IV.2.3)Date d’envoi estimée des invitations à soumissionner ou à participer aux candidats sélectionnés
IV.2.4)Langue(s) pouvant être utilisée(s) dans l'offre ou la demande de participation:
anglais
IV.2.6)Délai minimal pendant lequel le soumissionnaire est tenu de maintenir son offre
Durée en mois: 3 (à compter de la date limite de réception des offres)

Section VI: Renseignements complémentaires

VI.1)Renouvellement
Il s'agit d'un marché renouvelable: non
VI.2)Informations sur les échanges électroniques
La commande en ligne sera utilisée
La facturation en ligne sera acceptée
Le paiement en ligne sera utilisé
VI.3)Informations complémentaires:

This DPS is anticipated to commence on 1.11.2018 for a period of two (2) years up to 31.10.2020, with a provision to extend the DPS for up to three (3) further one (1) year periods (the “DPS Period”), and therefore the time limit for receipt of requests to participate is 31.10.2023 (subject to all extensions being taken).

However, in order to be considered for the first call-off contracts placed under the DPS, the initial deadline for the receipt of requests to participate is Monday 21.1.2019 at 13:00 GMT and must include all supporting documents as required by the request to participate documents.

Economic operators will be assessed on the minimum selection and criteria information provided in response to their request to participate for a place on the DPS. The DPS will be hosted on the Contracting Authority’s electronic tendering system (www.yortender.co.uk (“YORtender”). The Contracting Authority will post all of the necessary documentation on YORtender which shall from the date of publication of this notice until the expiry of the DPS period (subject to any extensions), including full instructions on how to apply for admission on to the DPS, the SQ, and the overarching operating rules of the DPS, together with any other documents. Applications for admission onto the DPS can be submitted electronically via the internet using YORtender at any time during the DPS period. To participate in this procurement, participants must first be registered to use YORtender. For all queries regarding the technical aspects of the YORtender (for example, problems uploading/viewing documents, etc.) please contact the Proactis Support Team:

(i) to log a support request: http://proactis.kayako.com/procontractv3/Core/Default/Index

(ii) by Email: ProContractsuppliers@proactis.com. All queries regarding the DPS should be directed through the Messaging function within YORtender.

Any queries concerning the use of YORtender should be directed to Kirklees Procurement Service:

(i) by Telephone: 01484 221000:

(ii) by Email: procurement@kirklees.gov.uk

Requests to participate will be evaluated within ten (10) days of receipt, and economic operators informed whether they have been successfully admitted to the DPS and the corresponding categories.

The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.

The economic operator can submit a request to participate as a single legal entity. Alternatively, you can work together with other legal entities to form a group of economic operators. If you do, we ask the group of economic operators to choose a lead member who will submit the bid on behalf of the group of economic operators and you will have to identify what each of the parties is contributing to the bid.

Any values provided in this Notice or any of the other procurement documents are estimates only. The Contracting Authority cannot guarantee to economic operators any business through the DPS.

The Contracting Authority expressly reserves the right:

(i) not to award any places on the DPS as a result of the procurement process commenced by publication of this notice and

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the Contracting Authority be liable for any costs incurred by the economic operators.

For more information, please note that the procurement documentation can be found at: https://www.YORtender.co.uk/procontract/supplier.nsf

VI.4)Procédures de recours
VI.4.1)Instance chargée des procédures de recours
Nom officiel: High Court of England and Wales
Ville: N/A
Pays: Royaume-Uni
VI.4.3)Introduction de recours
Précisions concernant les délais d'introduction de recours:

Economic operators who are unsuccessful at the SQ stage shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the application to join the DPS was unsuccessful. If an economic operator requires any additional information following this initial de-briefing, this should be requested from the address at Section I.1 of this notice. If an appeal regarding the decision to award a position the DPS has not been successfully resolved, then the public contracts regulations 2015 (SI2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be started within thirty (30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had risen. The court may extend the time limited for starting proceedings where the court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date. Where a contract has not been entered into, the court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and /or order the duration of the contract to be shortened. If however the contract has been concluded, the court may only award damages or, where the contract award procedures have not been followed correctly, declare the contract to be ineffective.

VI.5)Date d’envoi du présent avis:
30/10/2018