Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)University of Sheffield
Floor 5, The Arts Tower, Western Bank
For the attention of: Ericka Lyne
S10 2TN Sheffield
UNITED KINGDOM
Telephone: +44 1142229570
E-mail:
Fax: +44 1142229570
Internet address(es):
General address of the contracting authority: www.sheffield.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/sheffield
Electronic access to information: https://in-tendhost.co.uk/sheffield
Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/sheffield
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 authorityOther: University of Sheffield and Sharing in Growth UK Ltd; a company that is supported by a grant from the Regional Growth Fund
I.3)Main activityEducation
Other: Sharing in Growth UK Limited is a company that is financed mainly by a grant from the Regional Growth Fund and its sole purpose is to support the development of gas turbine supply chain manufacturers.
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Sharing in Growth UK Ltd
C/O Rolls-Royce Plc. Moor Lane
DE24 8BJ Derby
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Advanced Process Excellence Leadership Academy (APELA) Framework Agreement for the Sharing in Growth Programmes
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
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)The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in months: 28
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 500 000 and 600 000 GBP
II.1.5)Short description of the contract or purchase(s)Bespoke Advanced Process Excellence Leadership Academy (APELA) for the Sharing Growth Programmes (Aerospace and Nuclear)
II.1.6)Common procurement vocabulary (CPV)80000000, 80531100, 80530000, 80531000, 80531200, 80532000
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:A total of up to 55 courses to be delivered between January 2015 and April 2016 dependant on the maturity of the beneficiary with the option to extend the period of delivery over a further 12 months if required by the Authority.
Estimated value excluding VAT:
Range: between 500 000 and 600 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completionDuration in months: 28 (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:
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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: The tenderer will need to demonstrate a turnover of 1m GBP per annum for the last 2 financial years in order to show they have sufficient financial capacity to provide the service. If tendering as a Prime Contractor where third parties will be used to provide some services then the turnover of these third parties will be taken into account where relevant.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
The tenderer will need to demonstrate they have the following experience:
- Minimum 5 years experience in delivering the PELA with both Blue chip and SME organisations in a relevant Advanced Manufacturing sector ( including Aerospace and/or Nuclear but excluding electronics, software and food).
- All trainers to be used must have held senior management positions in the Manufacturing Industry.
- All trainers must have an in-depth and up-to-date knowledge of Lean Leadership and Manufacturing Methodologies.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated below
1. Presentation of content and delivery style. Weighting 50
2. Technical quality. Weighting 25
3. Price. Weighting 25
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:212/MVT
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 31.3.2014 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate31.3.2014 - 12:00
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 upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersPersons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationSchedule 3 to the Public Contracts Regulations 2006 (as amended) (the Regulations) and Annex IIB to Council Directive 2004/18/EC. As such, all stages of the tender process will not be subject to the requirements of the Regulations except those applicable to Part B services. Although the Authority intends that the tender process will follow a procedure similar to the open procedure in certain respects, for the avoidance of doubt the Authority is not running the process as though the open procedure applies, and so reserves the right to depart from that procedure at any point.
Our intention is to create a single-supplier framework agreement for the business planning training services required to support two Sharing In Growth programmes which are supported by the Regional Growth Fund . The framework agreement will not guarantee the supplier any subsequent orders, but will enable the Authority to use the approved supplier without the need for further competition. Each organization (Sharing and Growth UK Ltd and The University of Sheffield) will place separate call-off orders for their own requirements. They will each have their own ordering and invoicing systems and their own contract managers which will act as a single point of contact for each organization. In addition, where Beneficiaries have been approved by UoS, they will be able to place call-off orders directly (funded by the RGF). Bidders are referred to schedule 1 which sets out particular conditions on ordering, invoicing and payment for each organization.
This is a Part B Service and the service required is Education.
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:31.1.2014