By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Training Provision of Chartered Institute of Purchasing and Supply (CIPS) Qualifications.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Rotherham MBC
Central Procurement Team, Resources, Riverside House, Main Street
For the attention of: Helen Chambers
S60 1AE Rotherham
UNITED KINGDOM
Telephone: +44 1709823661
E-mail:
Fax: +44 1709376285

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Training Provision of Chartered Institute of Purchasing and Supply (CIPS) Qualifications.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services

Main site or location of works, place of delivery or of performance: Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Metropolitan Borough Council one or more of the other 22 Local Authorities within the Yorkshire and Humber Region and other geographical areas within the UK may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so. Where any of the 22 Local Authorities within the Yorkshire and Humber Region or within the UK elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found at http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1↦=4

NUTS code UKE

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 a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
Rotherham Metropolitan Borough Council, its partnering Local Authorities across the Yorkshire and Humberside region referred to in this document as (RMBC and Its Partner's) are inviting tenders from an experienced learning and development organisation for the process of delivering Chartered Institute of Purchasing and Supply (CIPS) qualifications for procurement employees. Initially this will be a 3 year framework agreement with the option for the appointing Local Authorities to extend for a further 1 year period.
RMBC and its Partners are inviting bids for the provision of training for the Chartered Institute of Purchasing and Supply Qualifications (CIPS) from suitably accredited organisations in CIPS. This will involve the provision of in-house training at the site of RMBC employees along with the sites of other Partners and / or organisations. It will also involve a distance learning package along with all associated training materials. The successful tenderer must be at least an approved study centre as assessed by CIPS. The successful tenderer must also be able to tutor and provide training for levels 3, 4, 5 & 6 CIPS Qualifications Assistance will be required in the design and delivery of the training

Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Metropolitan Borough Council one or more of the other 22 Local Authorities within the Yorkshire and Humber Region and other geographical areas within the UK may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so. Where any of the 22 Local Authorities within the Yorkshire and Humber Region or within the UK elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found at http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1↦=4

"Please note the contract value is purely indicative and is simply an estimate of the possible spending for a 4 year period should all 22 Yorkshire and Humberside be able to raise or access funding and in turn choose to utilise this framework.
No level of spending can be guaranteed against this framework and indicative figures may fluctuate substantially either up or down”.
II.1.6)Common procurement vocabulary (CPV)

80000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
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:
Rotherham Metropolitan Borough Council, its partnering Local Authorities across the Yorkshire and Humberside region referred to in this document as (RMBC and Its Partner's) are inviting tenders from an experienced learning and development organisation for the process of delivering Chartered Institute of Purchasing and Supply (CIPS) qualifications for procurement employees. Initially this will be a 3 year framework agreement with the option for the appointing Local Authorities to extend for a further 1 year period.
RMBC and its Partners are inviting bids for the provision of training for the Chartered Institute of Purchasing and Supply Qualifications (CIPS) from suitably accredited organisations in CIPS. This will involve the provision of in-house training at the site of RMBC employees along with the sites of other Partners and / or organisations. It will also involve a distance learning package along with all associated training materials. The successful tenderer must be at least an approved study centre as assessed by CIPS. The successful tenderer must also be able to tutor and provide training for levels 3, 4, 5 & 6 CIPS Qualifications Assistance will be required in the design and delivery of the training

Tenderers should be aware that although the contracting authority for the purposes of this procurement is Rotherham Metropolitan Borough Council one or more of the other 22 Local Authorities within the Yorkshire and Humber Region and other geographical areas within the UK may choose to access the concluded contract subject to the capacity of the tenderer, without creating any obligation on behalf of any of them to do so. Where any of the 22 Local Authorities within the Yorkshire and Humber Region or within the UK elects to do so a legally binding contract shall be created between the Contractor and that Local Authority on the terms and conditions contained herein. Details of the Local Authorities can be found at http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1↦=4

"Please note the contract value is purely indicative and is simply an estimate of the possible spending for a 4 year period should all 22 Yorkshire and Humberside be able to raise or access funding and in turn choose to utilise this framework.
No level of spending can be guaranteed against this framework and indicative figures may fluctuate substantially either up or down”.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
To be stated in the Invitation to Tender.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
To be stated in the Invitation to Tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
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: Information and formalities necessary for evaluating if requirements are met:
To be stated in the Invitation to Tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating if requirements are met:
To be stated in the Invitation to Tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating if requirements are met:
To be stated in the Invitation to Tender.
Minimum level(s) of standards possibly required:
To be stated in the Invitation to Tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 1: and maximum number 5
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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:
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: 11.2.2013 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.2.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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 of tenders

Section VI: Complementary information

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

Simon Bradley
RMBC The Procurement Team Riverside House Wing 2C Main Street
Rotherham
UNITED KINGDOM

Body responsible for mediation procedures

As above

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained

As above

VI.5)Date of dispatch of this notice:
3.1.2013