Section one: Contracting authority
Department for Education
Sanctuary Buildings, 20, Great Smith Street
London
SW1P 3BT
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