UK-Leeds: Business services: law, marketing, consulting, recruitment, printing and security.

UK-Leeds: Business services: law, marketing, consulting, recruitment, printing and security.
Section I: Contracting Authority
I.1) Name and addresses
University of Leeds
Purchasing Office, 1 - 3 Lifton Villas, Lifton Place, Leeds, LS2 9JZ, United Kingdom
Tel. +44 1133433798, Email: s.bibi1@leeds.ac.uk
Contact: Saima Bibi
Main Address: https://neupc.delta-esourcing.com/delta/
NUTS Code: UKE42
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-Leeds:-Business-services:-law%2C-marketing%2C-consulting%2C-recruitment%2C-printing-and-security./3H2NUUEQ66
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
Regional or local authority
I.5) Main activity
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: PE2022-23/1470 Digital Education Service Framework for Online learning design, development, technical and project management services
Reference Number: PE2022-23/1470
II.1.2) Main CPV Code:
79000000 - Business services: law, marketing, consulting, recruitment, printing and security.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The University of Leeds Digital Education Service seeks to establish strong relationships with suppliers of online learning design, development, technical and project management services for project-based working. This framework agreement will enable the Digital Education Service to be responsive to demand and provides additional capacity to complement the expertise within our established in-house design and development team. Services will be required for full or part(s) of the end-to-end design and development of fully online degree modules, short courses or professional learning (CPD) courses, or where specific professional skills are required to supplement our in-house online learning teams on a temporary basis.
Applications to join the framework are invited from:
•Companies providing end-to-end online course development (Lot 1)
•Agencies and companies providing specific services (Lots 2a-2f)
II.1.5) Estimated total value:
Value excluding VAT: 800,000
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: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lots 2a - 2f

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: End-to-end online course development
Lot No: 1
II.2.2) Additional CPV codes:
72000000 - IT services: consulting, software development, Internet and support.
72212100 - Industry specific software development services.
72212190 - Educational software development services.

II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: The University of Leeds Digital Education Service seeks to establish strong relationships with suppliers of online learning design, development, technical and project management services for project-based working. This framework agreement will enable the Digital Education Service to be responsive to demand and provides additional capacity to complement the expertise within our established in-house design and development team. Services will be required for full or part(s) of the end-to-end design and development of fully online degree modules, short courses or professional learning (CPD) courses, or where specific professional skills are required to supplement our in-house online learning teams on a temporary basis.
•Companies providing end-to-end online course development (Lot 1)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 400,000
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: Yes
Description of renewals: 2 years

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: Lots 2a-2f: Specific services
Lot No: 2a-2f
II.2.2) Additional CPV codes:
72000000 - IT services: consulting, software development, Internet and support.
72212100 - Industry specific software development services.
72212190 - Educational software development services.
80000000 - Education and training services.
79000000 - Business services: law, marketing, consulting, recruitment, printing and security.
79600000 - Recruitment services.

II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: LOT 2. Course development services
Under Lot 2, tenders are invited from companies and agencies to provide services under one or more of the six skill groups (a-f) . The purpose of Lot 2 is to enable contracting of specialists on a temporary basis to work on discrete projects as part of a project team comprising internal and/or external team members. The six skill groups are defined below:
a)Online education project management – overseeing design and development of substantial projects comprising multiple short courses/modules.
b)Senior learning designer / learning designer – providing learning design workshop at the start of projects to produce a course outline; providing quality review of authored work; providing quality review of built assets.
c)Educational copy editor / proof-reader – contracted by project/group of courses to proof-read according to defined style guide either pre-build or on learning platforms and provide tracked-changes document.
d)Digital learning developer – building content into learning packages, e.g. Articulate Rise, Evolve.
e)Learning technologist – testing accessibility compliance of assets; scoping solutions by working with academic and learning design teams; problem-solving platform issues.
f)Digital designer (education) - creation of visual assets with an understanding of instructional requirements for education.
If a supplier can offer services in more than one area, they should submit a tender response for each area they wish to provide services for.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 400,000
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: Yes
Description of renewals: 2 years

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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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
Selection criteria as stated in the procurement documents
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 2022/S 000 - 000000
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 28/09/2022 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): 4

IV.2.7) Conditions for opening of tenders:
Date: 28/09/2022
Time: 12:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
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: For more information about this opportunity, please visit the Delta eSourcing portal at:
https://neupc.delta-esourcing.com/tenders/UK-UK-Leeds:-Business-services:-law%2C-marketing%2C-consulting%2C-recruitment%2C-printing-and-security./3H2NUUEQ66

To respond to this opportunity, please click here:
https://neupc.delta-esourcing.com/respond/3H2NUUEQ66
VI.4) Procedures for review
VI.4.1) Review body:
University of Leeds
Purchasing Office, 1 - 3 Lifton Villas, Lifton Place, Leeds, LS2 9JZ, United Kingdom
Tel. +44 1133433798
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: 24/08/2022

Annex A