Opportunity

DfE - Skills Bootcamps - Digital & Technical

  • Department for Education

F02: Contract notice

Notice reference: 2021/S 000-000239

Published 6 January 2021, 11:08pm



Section one: Contracting authority

one.1) Name and addresses

Department for Education

Sanctuary Buildings, 20, Great Smith Street

London

SW1P 3BT

Email

Chris.DEAVILLE@education.gov.uk

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-education

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://education.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://education.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DfE - Skills Bootcamps - Digital & Technical

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority wishes to procure Services, to support the design, development and implement delivery of

Digital & Technical Skills Bootcamps across England as defined in each requirement specification.

We aim to have 2 Lots as follows;

Lot 1 - Regional Digital

Lot 2 - Technical & Cross Regional Digital

Please select the following Category Codes against your organisation's profile within Jaggaer to access this

ITT;

- 86111504 - Non certificated distance learning services

- 86111600 - Adult education - Unclassified

- 86111602 - Part time adult education services

Note. The ITT will not be available in Jaggaer, until AFTER it has been published.

Contract Values are excluding any applicable VAT.

two.1.5) Estimated total value

Value excluding VAT: £36,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Digital Skills Bootcamps

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80400000 - Adult and other education services
  • 80531200 - Technical training services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

You should bid in this lot if you are a Lead Organisation which wants to deliver one or more digital skills bootcamps within a single region. Bids do not have to cover a whole region and could for example cover one or more ‘travel to work areas’ within a region. Lead Organisations are permitted to bid in more than one region by submitting a separate bid for each region.

Lot 1 - to award at least one contract for digital skills bootcamps in each of the 9 geographical regions of England to meet local skills needs. It is anticipated that a number of contracts will be awarded for each Lot.

The Authority will enter into contract with a named Lead Supplier. We expect lead suppliers and their delivery organisations to engage with local networks and intelligence to provide a pipeline of individuals to fill identified vacancies which should be linked to guaranteed interviews for new recruits or a new role for current employees.

If a Group of Economic Operators wishes to act jointly to provide the Services, it may do so (the lead supplier could be any organisation e.g. a local authority, Mayoral Combined Authority (MCA), LEP (Local Enterprise Partnership), employer, provider or other organisation and we strongly encourage local area bodies, employers and providers to come together in consortia).

Employers will be expected to pay 30% of training costs course fees if retraining existing employees. We anticipate that at least 75% of all trainees will move into a new job or role within 6 months of completing training.

We are interested in organisations that have expertise and experience across all the following qualifying criteria:

- designing training solutions that meet employer requirements (expected level 3-5 or equivalent).

- demonstrate a track record of successful employer engagement

- able to demonstrate a track record of delivering high-quality training delivery and continuous improvement/ quality assurance approaches

- track record of recruiting suitable trainees using open, transparent, and fair methods.

- flexible delivery to suit individual needs and current conditions.

- management practises to track and report trainee destination at various time points for evaluation purposes.

- management practises to co-ordinate employer’s guaranteed interviews and report on outcomes for evaluation purposes.

A key requirement of the Potential Supplier will be the ability to be flexible and responsive to emerging issues or areas to be addressed.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £18,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Contract awarded on 12 month basis with the option with a further 12 month extension, at the discretion of the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Technical & Digital Skills Bootcamps

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80400000 - Adult and other education services
  • 80531200 - Technical training services

two.2.3) Place of performance

NUTS codes
  • UKC - NORTH EAST (ENGLAND)
  • UKD - NORTH WEST (ENGLAND)
  • UKE - YORKSHIRE AND THE HUMBER
  • UKF - EAST MIDLANDS (ENGLAND)
  • UKG - WEST MIDLANDS (ENGLAND)
  • UKH - EAST OF ENGLAND
  • UKI - LONDON
  • UKJ - SOUTH EAST (ENGLAND)
  • UKK - SOUTH WEST (ENGLAND)

two.2.4) Description of the procurement

You should bid in this lot if you are a Lead Organisation which wants to submit a bid that covers more than one geographical region for technical and/ or digital skills bootcamps. Also, a Lead Supplier who wants to deliver technical skills bootcamps only.

Lot 2 – to award a number of contracts on a local or national level, for technical and/or digital skills bootcamps based on evidenced demand such as for, but not restricted to clean growth, electrotechnical, welding or engineering.

The Authority will enter into contract with a named Lead Supplier. We expect lead suppliers and their delivery organisations to engage with local networks and intelligence to provide a pipeline of individuals to fill identified skills shortage vacancies which should be linked to guaranteed interviews for new recruits or a new role for current employees.

If a Group of Economic Operators wishes to act jointly to provide the Services, it may do so (the lead supplier could be any organisation e.g. a local authority, Mayoral Combined Authority (MCA), LEP (Local Enterprise Partnership), employer, provider or other organisation and we strongly encourage local area bodies, employers and providers to come together in consortia).

Employers will be expected to pay 30% of training costs course fees if retraining existing employees. We anticipate that at least 75% of all trainees will move into a new job or role within 6 months of completing training.

We are interested in organisations that have expertise and experience across all the following qualifying criteria:

- demonstrate a track record of successful employer engagement

- designing training solutions that meet employer requirements (expected level 3-5 or equivalent).

- able to demonstrate a track record of high-quality training delivery and continuous improvement/ quality assurance approaches

- track record of recruiting suitable trainees using open, transparent, and fair methods.

- flexible delivery to suit individual needs and current conditions.

- management practises to track and report trainee destination at various time points for evaluation purposes.

- management practises to co-ordinate employer’s guaranteed interviews and report on outcomes for evaluation purposes.

A key requirement of the Potential Supplier will be the ability to be flexible and responsive to emerging issues or areas to be addressed.

Where Potential Suppliers are bidding in a region where there are other existing skills initiatives in operation, Potential Suppliers are strongly encouraged to engage with the coordinating bodies responsible for skills in these areas to ensure there is no conflict or duplication around delivery of skills programmes or excessive demand put on employers involved with existing, similar programmes.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £18,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Contract is initially for 12 months with a possible 12 month extension at discretion of the Authority.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

Accelerated procedure

Justification:

PCR 2015 regulation 27, sub-section 5.

PPN01/20

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 February 2021

Local time

11:59pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

13 February 2021

Local time

12:01am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Court of Justice, The Strand

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court

Royal Court of Justice, The Strand

London

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Department for Education

London

Country

United Kingdom