Hyde Housing Association: Managed Training Services

  Hyde Housing Association is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Managed Training Services
Notice type: Contract Notice
Authority: Hyde Housing Association
Nature of contract: Services
Procedure: Restricted
Short Description: Hyde is seeking a learning and development services provider to deliver a fully managed service solution for all training and development activity. Hyde invests circa £750k per year in the development of its people comprising a core offering of housing skills/knowledge related programmes through to bespoke leadership and talent development solutions. Hyde uses a variety of delivery methods including e-learning, coaching, mentoring, classroom training, virtual/webinar based learning and resource libraries. The provider will use its expertise and knowledge of the wider market place to source high quality third party providers that specifically fits the needs of the business. Hyde have the expectation the provider will develop a detailed understanding of Hyde’s requirements, to meet both short term and long term objectives, to deliver a fully outsourced model. This model shall provides access to the latest delivery methods, blended learning approaches, and talent development techniques which are fully integrated into learning and development delivery and in line with our current approach. Key components of the service are:•Effective sourcing and commissioning of individual/group training requirements•Management of the Hyde Group Preferred Supplier List (PSL)•Training Administration, Account Management, and Consolidated Invoicing •LMS Administration and Management (as an option)•Onsite delivery (as an option)Hyde is seeking to award a vendor neutral contract to one provider who will work with Hyde as a strategic partner. Hyde expects their strategic partner to manage all its supply chain providers under the main agreement. Hyde will agree with the strategic partner recommendations it makes in respect of their intended supply chain and would expect complete flexibility in the choice of providers to ensure that the requirements of Hyde are best met. This means that Hyde cannot guarantee any training delivery will form part of this contract.
Published: 02/12/2014 10:24
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Training services.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Hyde Housing Association (The Hyde Group)
      30 Park Street, London, SE1 9EQ, United Kingdom
      Contact: Nasreen Tayab
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Managed Training Services
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UKI - LONDON         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Training services. Staff training services. Personnel-training services. Specialist training services. Training facilities building. Training software package. Hyde is seeking a learning and development services provider to deliver a fully managed service solution for all training and development activity. Hyde invests circa £750k per year in the development of its people comprising a core offering of housing skills/knowledge related programmes through to bespoke leadership and talent development solutions. Hyde uses a variety of delivery methods including e-learning, coaching, mentoring, classroom training, virtual/webinar based learning and resource libraries. The provider will use its expertise and knowledge of the wider market place to source high quality third party providers that specifically fits the needs of the business. Hyde have the expectation the provider will develop a detailed understanding of Hyde’s requirements, to meet both short term and long term objectives, to deliver a fully outsourced model. This model shall provides access to the latest delivery methods, blended learning approaches, and talent development techniques which are fully integrated into learning and development delivery and in line with our current approach. Key components of the service are:•Effective sourcing and commissioning of individual/group training requirements•Management of the Hyde Group Preferred Supplier List (PSL)•Training Administration, Account Management, and Consolidated Invoicing •LMS Administration and Management (as an option)•Onsite delivery (as an option)Hyde is seeking to award a vendor neutral contract to one provider who will work with Hyde as a strategic partner. Hyde expects their strategic partner to manage all its supply chain providers under the main agreement. Hyde will agree with the strategic partner recommendations it makes in respect of their intended supply chain and would expect complete flexibility in the choice of providers to ensure that the requirements of Hyde are best met. This means that Hyde cannot guarantee any training delivery will form part of this contract.
         
      II.1.6)Common Procurement Vocabulary:
         80500000 - Training services.
         
         80511000 - Staff training services.
         
         79632000 - Personnel-training services.
         
         80510000 - Specialist training services.
         
         45214800 - Training facilities building.
         
         48931000 - Training software package.
         

      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:
      Not Provided                  
         Estimated value excluding VAT:
         Range between: 3,000,000 and 4,000,000
         Currency: GBP
               
      
      II.2.2)Options: Not Provided         
         II.2.3)Information about renewals:
            This contract is subject to renewal: Not Provided         
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Duration in months: 48 (from the award of the contract)

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions: No       
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         
         Information and formalities necessary for evaluating if requirements are met:
         As stated in the Pre-qualification questionnaire and the company registration number will be required.
      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         
         Information and formalities necessary for evaluating if requirements are met:
         As set out in the Prequalification questionnaire      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: Not Provided      
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: Not Provided
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: 5 and maximum number: 10         
         Objective Criteria for choosing the limited number of candidates:
         As set out in Table 3 of the Prequalification Questionnaire   
   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: Not Provided
   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: Not Provided      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 23/12/2014
      Time-limit for receipt of requests for documents or for accessing documents: 13:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 02/01/2015
         Time: 13:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)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: The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Training-services./237429D2B6

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/237429D2B6
GO-2014122-PRO-6199570 TKR-2014122-PRO-6199569
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A 2LL, United Kingdom

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 02/12/2014

ANNEX A

View any Notice Addenda

View Award Notice

UK-London: Training services.

Section I: Contracting Authority
   Title: UK-London: Training services.
   I.1)Name, Addresses and Contact Point(s):
      Hyde Housing Association (The Hyde Group)
      30 Park Street, London, SE1 9EQ, United Kingdom
      Email: nasreen.tayab@hyde-housing.co.uk
      Contact: Nasreen Tayab
      Electronic Access URL: www.delta-esourcing.com
      Electronic Submission URL: www.delta-esourcing.com

   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Housing and community amenities

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Managed Training Services      
      II.1.2)Type of contract and location of works:
         SERVICES
         
         Service Category: 27
         Do you agree to the publication of this notice?: Yes          
         Region Codes: UKI - LONDON         
      II.1.3)Information about a framework or a dynamic purchasing system:
         Not Provided          
      II.1.4)Short description of the contract or purchase(s):
         Training services. Staff training services. Personnel-training services. Specialist training services. Training facilities building. Training software package. Hyde is seeking a learning and development services provider to deliver a fully managed service solution for all training and development activity. Hyde invests circa £750k per year in the development of its people comprising a core offering of housing skills/knowledge related programmes through to bespoke leadership and talent development solutions. Hyde uses a variety of delivery methods including e-learning, coaching, mentoring, classroom training, virtual/webinar based learning and resource libraries. The provider will use its expertise and knowledge of the wider market place to source high quality third party providers that specifically fits the needs of the business. Hyde have the expectation the provider will develop a detailed understanding of Hyde’s requirements, to meet both short term and long term objectives, to deliver a fully outsourced model. This model shall provides access to the latest delivery methods, blended learning approaches, and talent development techniques which are fully integrated into learning and development delivery and in line with our current approach. Key components of the service are:•Effective sourcing and commissioning of individual/group training requirements•Management of the Hyde Group Preferred Supplier List (PSL)•Training Administration, Account Management, and Consolidated Invoicing •LMS Administration and Management (as an option)•Onsite delivery (as an option)Hyde is seeking to award a vendor neutral contract to one provider who will work with Hyde as a strategic partner. Hyde expects their strategic partner to manage all its supply chain providers under the main agreement. Hyde will agree with the strategic partner recommendations it makes in respect of their intended supply chain and would expect complete flexibility in the choice of providers to ensure that the requirements of Hyde are best met. This means that Hyde cannot guarantee any training delivery will form part of this contract.
      II.1.5)Common procurement vocabulary:
         80500000 - Training services.
         80511000 - Staff training services.
         79632000 - Personnel-training services.
         80510000 - Specialist training services.
         45214800 - Training facilities building.
         48931000 - Training software package.
      II.1.6)Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No
   
   II.2)Total Final Value Of Contract(s)
      II.2.1) Total final value of the contract(s)
         Value: 98,000
         Currency: GBP
         Excluding VAT: Yes

      
Section IV: Procedure
   IV.1) Type Of Procedure
      IV.1.1)Type of procedure: Restricted
   IV.2)Award Criteria
      IV.2.1)Award criteria: The most economically advantageous tender in terms of:
               
         Criteria - Weighting
         
         Qualitative - 70
         Commercial - 30
         
      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: 1099         
      IV.3.2)Previous publication(s) concerning the same contract: Yes
         
         
          Contract notice    
         Notice number in OJ: 2014/S 235 - 413550 of 02/12/2014
         
         

Section V: Award Of Contract
      
   1: Award And Contract Value
      Contract No: 1099

      V.1)Date Of Contract Award: 08/07/2015      
      V.2) Information About Offers
         Number Of Offers Received: 3          
         Number Of Offers Received By Electronic Means: 3       
      V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
         Official name: Thales UK Ltd
         Postal address: 2 Dashwood Lang Road, Bourne Business Park, Addlestone
         Town: Weybridge, Surrey
         Postal code: KT15 2NX
         Country: United Kingdom
         Email: danny.roberts@thalesgroup.com
      V.4)Information On Value Of Contract
         Total final value of the contract
            Value: 97,999
            Currency: GBP
         If annual or monthly value:
            Number of years: 3
      V.5)Information about subcontracting:
         The contract is likely to be subcontracted: No


Section VI: Complementary Information
   VI.1)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No
   
   VI.2)Additional Information:
      The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=170557709
GO-2015114-PRO-7281172 TKR-2015114-PRO-7281171   
   VI.3.1)Body responsible for appeal procedures:
      Royal Courts of Justice
      The Strand, London, WC2A 2LL, United Kingdom
   VI.3.2)Lodging of appeals: Not Provided    
   VI.3.3)Service from which information about the lodging of appeals may be obtained:
      Not Provided
   
   VI.4)Date Of Dispatch Of This Notice: 04/11/2015