2buy2 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Learner Finder for RNN Group of Colleges |
Notice type: | Contract Notice |
Authority: | 2buy2 |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Learner Finder for RNN Group of Colleges |
Published: | 28/06/2023 15:41 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
RNN Group of Colleges
Rotherham College (RNN Group Headquarters), Eastwood Building,, Eastwood Lane,, Rotherham, S65 1EG, United Kingdom
Tel. +44 7384811180, Email: ceri.lewis@2buy2.com
Contact: Ceri Lewis
Main Address: www.delta-esourcing.com
NUTS Code: UKE31
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Rotherham:-Higher-education-services./5993P7YY8T
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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: Not provided
I.4) Type of the contracting authority
Other type:: Education
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Learner Finder for RNN Group of Colleges
Reference Number: 17092
II.1.2) Main CPV Code:
80300000 - Higher education services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Learner Finder for RNN Group of Colleges
II.1.5) Estimated total value:
Value excluding VAT: 1
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Provision of a Learner Finder Service for the Group distance Learning Courses
Lot No: 1
II.2.2) Additional CPV codes:
80300000 - Higher education services.
II.2.3) Place of performance:
UKE31 Barnsley, Doncaster and Rotherham
II.2.4) Description of procurement: Provision of a Learner Finder Service for the Group distance Learning Courses. - Understanding Mental Health First Aid and Mental Health Advocacy in the Workplace, Retail Operations, Creating a Start-Up Business, Business Improvement Techniques, Introducing Caring for Children & Young People, Counselling Skills ,Understanding Nutrition and Health, Understanding Domestic Abuse, Principles of Team Leading, Principles of Warehousing and Storage, Principles of Business Admin, Understanding Lean Organisation Management Techniques, Understanding Specific Learning Difficulties, Understanding Safeguarding and Prevent, Falls Prevention Awareness, Understanding Behaviour that Challenges
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 80
Cost criterion - Name: Criterion 1 / Weighting: 20
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Provision of Learner Finder Service for the Groups Face to Face AEB Delivery. Which may include delivery away from the Groups campuses.
Lot No: Warehousing, Warehousing (with FLT) , Enforcement, Business Administration. Retail
II.2.2) Additional CPV codes:
80300000 - Higher education services.
II.2.3) Place of performance:
UKE31 Barnsley, Doncaster and Rotherham
II.2.4) Description of procurement: Provision of Learner Finder Service for the Groups Face to Face AEB Delivery. Which may include delivery away from the Groups campuses.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 80
Cost criterion - Name: Criterion 1 / Weighting: 20
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
As per tender documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 02/08/2023 Time: 12:00
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 month(s): 12
IV.2.7) Conditions for opening of tenders:
Date: 02/08/2023
Time: 12:00
Place:
Bridgend
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 36 months
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Rotherham:-Higher-education-services./5993P7YY8T
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/5993P7YY8T
VI.4) Procedures for review
VI.4.1) Review body:
RNN Group of Colleges
Eastwood Building,, Eastwood Lane,, Rotherham,, S65 1EG, United Kingdom
Internet address: https://www.rnngroup.co.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 28/06/2023
Annex A