Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Open University
Procurement Services, Walton Hall,
Milton Keynes
MK7 6BP
UK
Telephone: +44 1908274066
E-mail: finance-tenders@open.ac.uk
NUTS: UKJ12
Internet address(es)
Main address: https://in-tendhost.co.uk/openuniversity
Address of the buyer profile: https://in-tendhost.co.uk/openuniversity/aspx/BuyerProfiles
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/openuniversity
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Project and Programme Management Services/Open/Pro/2022
Reference number: OUPA10830
II.1.2) Main CPV code
72224000
II.1.3) Type of contract
Services
II.1.4) Short description
The Open University is seeking to establish a multi provider framework for the provision of a range of programme, project and change management consultancy services. The information in the procurement documents outlines the OU’s scope of the requirements and high level delivery objectives.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72224000
II.2.3) Place of performance
NUTS code:
UKJ12
Main site or place of performance:
II.2.4) Description of the procurement
The Open University uses well established internal project and programme management teams to manage initiatives in its change portfolio and uses good practice methodologies and governance structures (e.g. APM/PRINC2/MSP and Agile). Due to the scale and complexity of these initiatives, the University often requires access to expertise at various points to supplement internal capability. The University recognises that some initiatives significant behavioural change and thus need more emergent strategies alongside robust governance.The variety of initiatives in the Open University's change portfolio means that each may have different support needs at various points. Those needs cannot always be met internally or through individual contractors. A framework with a group of consultancy partners able to provide expertise across the breadth of our requirements will bolster the Open University's inhouse capabilities and enable the University to respond fully to those varying needs.The Open University intends to contract up to 5 providers to service projects on a call-off basis.Service Scope of the Framework:Project and programme initiation and set up; Project and programme delivery; Project and programme rescue and recovery; Visioning and future state design; Governance; Business case development; Requirements gathering and management; Options Appraisal; Planning including identification and management of critical path; PMO set up and operation; Project and programme controls inc risk, issues and dependencies identification and management, quality and change control; Progress monitoring, reporting and evaluation; Communications and stakeholder management; Benefits management; Agile delivery; Resource and budget management; Health checks; Transition planning and management; Change management inc change readiness assessments, change impact mapping and analysis and supporting organisation to adapt and adopt to business transformation; Behavioural change; Organisation, service, and process design; Culture change; Change leadership.
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:
4 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Each framework contract is for an initial period of 2 years and may be extended by the Open University for further periods up to a maximum of 4 years in total at its discretion.
II.2.9) Information about the limits on the number of candidates to be invited
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
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 detailed in the procurement documents.
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
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 5
Justification for any framework agreement duration exceeding 4 years: not applicable
IV.1.8) Information about 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:
04/11/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
04/11/2022
Local time: 12:05
Place:
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
The Open University
Walton Hall
Milton Keynes
MK7 6AA
UK
Internet address(es)
URL: https://in-tendhost.co.uk/openuniversity
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
04/10/2022
Information added to the notice since publication.
Additional information added to the notice since it's publication.
No further information has been uploaded.
|
Commodity Categories
Commodity Categories
72224000 | Project management consultancy services | Systems and technical consultancy services |
Delivery Locations
Delivery Locations
100 | UK - All |
Alert Region Restrictions
The buyer has restricted the alert for this notice to suppliers based in the following regions.
Alert Region Restrictions
There are no alert restrictions for this notice.
|