Back to tenders & grants page
United Kingdom-Durham: Coaching services Business Services United Kingdom-Durham: Coaching services
Receive Tenders like this by email

United Kingdom-Durham: Coaching services

University of Durham (RC000650) has announced on 26 Aug 2020 that is accepting bids for the following project: United Kingdom-Durham: Coaching services.

The tender will take place in United Kingdom and will cover the Business Services industry.

The value of this project has not been disclosed by the donor and you can apply until Deadline date

After the deadline, Global Database will announce the contract award for United Kingdom-Durham: Coaching services. In order to stay up-to-date with this tender and also to receive daily notifications about similar projects, you can subscribe to our newsletter for free.

Bellow you can find more information about the tender description and the bidding procedure.

Location: United Kingdom

General information

Donor:

University of Durham (RC000650)

Industry:

Business Services

Status:

Accepting bids

Timeline

Published:

26 Aug 2020

Deadline:

23 Sep 2024

Value:

Not available

Contacts

Name:

Steven Carter

Phone:

+44 1913344552

Description

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: University of Durham
National registration number: RC000650
Postal address: Procurement Service, Mountjoy Centre, Hawthorn Wing
Town: Durham
NUTS code: UKC1 Tees Valley and Durham
Postal code: DH1 3LE
Country: United Kingdom
Contact person: Steven Carter
E-mail: [email protected]
Telephone: +44 1913344552
Internet address(es):
Main address: www.dur.ac.uk
Address of the buyer profile: http://events.transaxions.com/service.aspx?event=6813
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://events.transaxions.com/service.aspx?event=6813
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://events.transaxions.com/service.aspx?event=6813
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

External Coaching Framework — Dynamic Purchasing System

Reference number: SQ20-001
II.1.2)Main CPV code
79998000 Coaching services
II.1.3)Type of contract
Services
II.1.4)Short description:

Durham University intends to implement a Dynamic Purchasing System (DPS) to deliver external coaching requirements to both senior academic and senior support staff. The tender will follow the restricted procedure under the Public Procurement Regulations 2015 (PCR 2015).

The DPS will run for a period of four (4) year initially with the option to extend for a further 1 + 1 year(s).

The framework will be structured in the following way:

Lot 1: Academic Coaching,

Lot 2: Professional Services Coaching,

Lot 3: Team or Group Coaching,

Lot 4: Specialist Coaching.

There are no restrictions in supplier(s) applying for multiple lots, if they feel they have the appropriate experience and qualifications.

Based on historical data, the estimated spend on external coaching services over a four (4) year period is GBP 180 000. The University does not guarantee any level of business however, under this agreement.

II.1.5)Estimated total value
Value excluding VAT: 180 000.00 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: 4
II.2)Description
II.2.1)Title:

Academic Coaching

Lot No: 1
II.2.2)Additional CPV code(s)
79998000 Coaching services
II.2.3)Place of performance
NUTS code: UKC1 Tees Valley and Durham
Main site or place of performance:

Durham University, Stockton Road, Durham, DH1 3LE, United Kingdom.

There is potential and flexibility will be required to operate across all of the University sites as well as remotely.

II.2.4)Description of the procurement:

Summary of the role(s) within lot 1, without limitation:

Vice-chancellor and warden

Deputy vice-chancellor and provost

Vice-provost (research/education/global/colleges and student experience)

Executive faculty deans

Head of school/department/institute

Executive dean

Head/principle of college

Over forty percent (40 %) of academic staff are of non-UK origin. Based on historical activity, the anticipated spend is GBP 67 009 over a four (4)-year period. The University however does not guarantee any level of business under this agreement.

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: 67 009.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

There is the option to extend the agreement for a further 2 x 12 months (not exceeding 24 months in total).

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 30
Objective criteria for choosing the limited number of candidates:

As a DPS solution is sought, there are no limits to the number of suppliers that wish to apply or are part of this framework during the life of the agreement.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: 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
II.2.14)Additional information

The DPS solution is designed to remain open throughout to allow new suppliers to apply and to allow previously rejected suppliers to reapply.

Suppliers can apply to join multiple Lots at the same time or apply to join different lots when they feel it is right for them to do so.

II.2)Description
II.2.1)Title:

Professional Services Coaching

Lot No: 2
II.2.2)Additional CPV code(s)
79998000 Coaching services
II.2.3)Place of performance
NUTS code: UKC1 Tees Valley and Durham
Main site or place of performance:

Durham University, Stockton Road, Durham, DH1 3LE, United Kingdom

There is potential and flexibility will be required to operate across all of the University sites as well as remotely.

II.2.4)Description of the procurement:

Summary of the role(s) within lot 2, without limitation:

Chief operating officer

Chief financial officer

Chief information (digital) officer

Director of human resources

Director of estates

University Secretary

head(s) of professional services departments/sections

Director of marketing/communications

Librarian

Based on historical activity, the anticipated spend is GBP 60 484 over a four year period. Not all roles will require coaching. This will be an individual decision depending on a number of factors. We do not guarantee any level of business under this agreement.

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: 60 484.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

There is the option to extend the agreement for a further 2 x 12 months (not exceeding 24 months in total).

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 30
Objective criteria for choosing the limited number of candidates:

As a DPS solution is sought, there are no limits to the number of suppliers that wish to apply or are part of this framework during the life of the agreement.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: 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
II.2.14)Additional information

The DPS solution is designed to remain open throughout to allow new suppliers to apply and to allow previously rejected suppliers to reapply.

Suppliers can apply to join multiple lots at the same time or apply to join different lots when they feel it is right for them to do so.

II.2)Description
II.2.1)Title:

Team or Group Coaching

Lot No: 3
II.2.2)Additional CPV code(s)
79998000 Coaching services
II.2.3)Place of performance
NUTS code: UKC1 Tees Valley and Durham
Main site or place of performance:

Durham University, Stockton Road, Durham, DH1 3LE, United Kingdom.

There is potential and flexibility will be required to operate across all of the University sites as well as remotely.

II.2.4)Description of the procurement:

The University, like any Higher Education institution, is structured very differently to any other public sector organisation. Requirements for team coaching can involve a number of variations and at different levels within the organisation.

The University may require the use of team/group coaching to help change workplace culture, enhance communication and trust, build engagement, reduce interpersonal or interdepartmental friction, increase creativity and innovation etc.

There may also be a requirement for coaches to work with teams, helping with organisational transition or assisting in creating new/old team cohesiveness.

Recent examples of team/group coaching include (but not limited to):

Alumni and supporter engagement team coaching assignment:

• to develop a unity of ownership and enthusiasm for and confidence in a developing mission and strategy and provide an opportunity to reinvigorate the team efforts behind a common purpose which will provide opportunities for individual and collective talent realisation.

Career coaching consultancy support as part of a coaching network session:

• informal and inclusive network event valuable for both experienced in-house coaches and colleagues who are interested in the approach but have no practical experience. Introducing new ideas/techniques in the coaching/mentoring practice and sharing best practice top tips.

Coaching network facilitation:

• covering the concept of coach and coachee and exploring whether there is a place for storytelling (personal experience in particular) within this setting and what role it would play in developing a powerful coaching session and its potential to block progress.

Human resources team coaching workshop programme;

• focusing on team cohesion and dynamics and how to deal with change and transition and understand how the two are very different.

Staff development day:

• coaching/facilitation of team development to support new structure(s) and transitional changes within the organisation and department concerned allow expressiveness in a safe environment and developing ways to move forward constructively.

The above examples may take the form of one-off events or run over multiple days. Based on historical activity, the anticipated spend is £50,123 over a four (4) year period. We do not however, guarantee any level of business under this agreement.

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: 50 123.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

There is the option to extend the agreement for a further 2 x 12 months (not exceeding 24 months in total).

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 30
Objective criteria for choosing the limited number of candidates:

As a DPS solution is sought, there are no limits to the number of suppliers that wish to apply or are part of this framework during the life of the agreement.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: 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
II.2.14)Additional information

The DPS solution is designed to remain open throughout to allow new suppliers to apply and to allow previously rejected suppliers to reapply.

Suppliers can apply to join multiple Lots at the same time or apply to join different lots when they feel it is right for them to do so.

II.2)Description
II.2.1)Title:

Specialist Coaching

Lot No: 4
II.2.2)Additional CPV code(s)
79998000 Coaching services
II.2.3)Place of performance
NUTS code: UKC1 Tees Valley and Durham
Main site or place of performance:

Durham University, Stockton Road, Durham, DH1 3LE, United Kingdom

There is potential and flexibility will be required to operate across all of the University sites as well as remotely.

II.2.4)Description of the procurement:

Specialist coaching is a structured, sustained process for enabling development of a specific aspect of a professional/academic practice.

Specialist coaches are fellow professionals with knowledge and expertise that are relevant to the goals and objectives of the professional learner. It involves activities that promote and enhance development of a specific aspect or leadership practice to develop a deeper and more sophisticated understanding of existing and new. Examples include but not limited to:

• computing and Information Services (Information Technology) where the focus is such that it is specific to a particular aspect that someone wants to develop where knowledge and experience of the sector would be beneficial to the understanding;

• health and Safety and the regulatory knowledge required where the focus is such that it is specific enough to a particular aspect that someone wants to develop and where knowledge and experience of the sector would be beneficial to the understanding;

• research coaching to help staff at any level to develop the quality of their research and their research profile, standing and strategy e.g. an individual in mid-career who needs to refocus, change direction or improve their research status can benefit from external coaching from someone with equal perspective and experience of the subject matter, but from a different sector.

Please note the above list is not exhaustive.

Although historical activity dictates spend in this area to be relatively low at GBP 1 350 over a four year period, this is an emerging area primarily driven by user needs and therefore difficult to quantify in terms of forecast spend. We do not however, guarantee any level of business under this agreement.

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: 1 350.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

There is the option to extend the agreement for a further 2 x 12 months (not exceeding 24 months in total).

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 30
Objective criteria for choosing the limited number of candidates:

As a DPS solution is sought, there are no limits to the number of suppliers that wish to apply or are part of this framework during the life of the agreement.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: 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
II.2.14)Additional information

The DPS solution is designed to remain open throughout to allow new suppliers to apply and to allow previously rejected suppliers to reapply.

Suppliers can apply to join multiple lots at the same time or apply to join different Lots when they feel it is right for them to do so.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
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: 30
The procurement involves the setting up of a dynamic purchasing system
In the case of framework agreements, provide justification for any duration exceeding 4 years:

Initial agreement to last for four (4) years with the option to extend for a further 2x12 months (not exceeding 24 months in total). This is allowable within the scope of a DPS and subject to the original requirements not changing substantially over the four (4) year period.

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 23/09/2024
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 48 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

The current arrangement allows for a further 2 x 12-month extension (not exceeding 24 months in total). If this is invoked, the framework will be extended (in full) until 22 September 2026. If the framework is not extended, marketplace activity can reasonably be expected to take place as early as December 2025 or January 2026 for a suitable replacement.

VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Initial Dynamic Purchasing System Opening

The minimum time limit for receipt of requests to participate shall be thirty (30) calendar days from the date of which the contract notice is sent at which point, the dynamic purchasing system will close and those submission received will be downloaded and evaluated. The dynamic purchasing system will immediately reopen to receive further submissions (see below).

No further time limits for receipt of requests to participate shall apply once the invitation to tender for the first specific procurement under the dynamic purchasing system has been sent (as above).

Durham University will finalise evaluation of requests to participate in accordance with the selection criteria within ten (10) working days, following their receipt. That period may be prolonged to fifteen (15) working days in individual cases where justified, in particular because of the need to examine additional documentation or to otherwise verify whether the selection criteria are met.

All communications in the context of a dynamic purchasing system shall only be made by electronic means.

Further information on the coaching framework content, please contact either Sophie Sowerby on [email protected] or Claire Hunter on [email protected]

Further information on the procurement process, please contact Steven Carter on [email protected]

VI.4)Procedures for review
VI.4.1)Review body
Official name: University of Durham
Postal address: University Office
Town: Durham
Postal code: DH1 3LE
Country: United Kingdom
Internet address: www.dur.ac.uk
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

The authority will award coaching assignments per lot. Where applicable, the minimum ten (10) calendar day standstill will apply at the point the information on the award of individual contracts is communicated to tenderers (suppliers).

The communication will be in the form of a letter which will be issued electronically. The letter will provide a full debrief and contact details should a tenderer wish to appeal a decision. Timescales for appeals will be detailed in the letter.

If an appeal regarding the award of a contract has not been successfully resolved the Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the high Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months).

Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages.

VI.5)Date of dispatch of this notice:
21/08/2020

http://ted.europa.eu/udl?uri=TED:NOTICE:401581-2020:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more