Scope
Reference
Prj_8006 Apprenticeships Framework
Description
SW is tendering an existing framework under PA23 rules, and has removed apprenticeships that have ceased to exist and are no longer business relevant, and started offering new apprenticeship standards that add value to the business and continue to offer the programmes that have had largest uptake of apprentice enrolments within SWS.
1.Purpose and Objectives
The objective of the tender is to select Framework Partners who are capable of delivering Apprenticeship standards recognized by Skills England, divided into Lots as listed in this scope document and Schedule 1 of the Framework.
To establish a compliant high-quality framework agreement for the delivery of Apprenticeship training funded via the Apprenticeship Growth and Skills levy. The framework will support workforce development across multiple departments and align with SW business needs and outputs of strategic workforce planning.
2.Scope of services
To achieve business objectives, SWS is looking to develop a multi-supplier, multi-lot framework. The aim of the Framework is to secure future provision and enable access to wide range of recognized apprenticeship programmes and standards.
SWS reserves the right to amend the scope by adding or removing apprenticeship standards during the term of the agreement in case of any scope coverage gaps, or to keep the standards up to date and aligned with apprenticeship standards governed by Skills England.
Delivery of Apprenticeship standards from Level 2 to Level 7
Coverage across job categories including:
- Business & Administration
- Construction in a built Environment
- Creative and design
- Digital
- Engineering and manufacturing
- Environmental,
- Legal Finance & Accounting
- Health & Science
- Marketing & Procurement
The Framework has been divided into 9 Lots.
Please note that Lot 9 is for delivery of the above services in the ISle of Wight only as indicated within the tender pack
Commercial tool
Establishes a framework
Total value (estimated)
- £3,600,000 excluding VAT
- £4,320,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 19 May 2026 to 20 May 2029
- Possible extension to 13 May 2032
- 5 years, 11 months, 26 days
Description of possible extension:
After the initial 3 year period
There is an pption to extend for 2+1
Options
The right to additional purchases while the contract is valid.
The initial term of the Framework is 3 years,
SWS reserves the right to extend after the initial term up to a total of 6 years
extension 1 - 2 years
extension 2 - 1 year
Main procurement category
Services
CPV classifications
- 80530000 - Vocational training services
Lot constraints
Description of how multiple lots may be awarded:
There will be no predetermined maximum number of suppliers admitted to each lot. However, in instances where a lot receives bids from more than four potential suppliers, only the top-scoring bidders will be selected. This approach is intended to maintain a competitive environment while ensuring quality and manageability within each lot. Tenderers will require a minimum total score of 50 at PQQ and ITT stage.
SWS reserves the right in its absolute discretion to increase or decrease these numbers in the event where in the circumstances of the scoring, this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process and to ensure desired coverage of the lot.
Similarly, SWS reserves the right to alter the numbers of Tenderers for each Lot if the total number of Tenderers cannot meet the full needs of the lot and if a fewer number of tenderers are needed then initially anticipated.
Not the same for all lots
Contract locations are shown in Lot sections, because they are not the same for all lots.
Lot Lot 1. Business Administration
Description
Associate Project Manager Level 4, Business administrator Level 3, Career development professional Level 6, Chartered manager (degree) Level 6, Coaching professional Level 5, Corporate responsibility and sustainability practitioner Level 4, Data Practitioner and information governance practitioner Level 4, Governance officer Level 4, HR support Level 3, Improvement leader Level 6, Improvement practitioner Level 4, Improvement specialist Level 5, Improvement technician Level 3, Information manager Level 4, Learning and development consultant business partner - Level 5, Learning and development practitioner Level 3, Operations manager Level 5, People professional Level 5, Policy officer Level 4, Project Manager (integrated degree) level 6, Quality practitioner Level 4, Recruiter Level 3, Regulatory compliance officer Level 4, Senior leader Level 7, Senior people professional Level 7, Sustainability business specialist (integrated degree) Level 7, Systems thinking practitioner Level7, Team Leader Level 3.
Lot value (estimated)
- £3,600,000 excluding VAT
- £4,320,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKJ27 - West Sussex (South West)
- UKJ22 - East Sussex CC
- UKJ4 - Kent
- UKJ35 - South Hampshire
- UKJ36 - Central Hampshire
- UKJ37 - North Hampshire
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot Lot 2. Digital
Description
Applications support lead Level 4, AI data specialist Level 7, Business Analyst Level 4, Creative digital design professional (integrated degree) Level 6, Cyber security technical professional (integrated degree) Level 6, Cyber security technician Level 3, Cyber security technologist Level 4, Data analyst Level 4, Data Engineer Level 5, Data scientist (integrated degree) Level 6, Data technician Level 3, DevOps Engineer Level 4, Digital accessibility specialist Level 4, Digital and technology solutions professional Level 6, Digital and technology solutions specialist (integrated degree) Level 7, Digital device repair technician Level 3, Digital learning designer Level 5, Digital product manager Level 4, Digital support technician Level 3, Digital user experience (ux) professional (integrated degree) Level 6, Information communications technician Level 3, IT solutions technician Level 3, Software developer Level 4, Software development technician Level 3, Software tester Level 4, Artificial Intelligence (AI) and Automation practitioner
Lot value (estimated)
- £3,600,000 excluding VAT
- £4,320,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKJ27 - West Sussex (South West)
- UKJ22 - East Sussex CC
- UKJ35 - South Hampshire
- UKJ36 - Central Hampshire
- UKJ37 - North Hampshire
- UKJ4 - Kent
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot Lot 3. Legal, Finance & Accounting
Description
Accountancy or taxation professional, Level 7, Accounting finance manager, Level 6, Accounts or finance assistant, Level 2, Advanced credit controller and debt collection specialist, Level 3, Assistant accountant, Level 3, Chartered legal executive, Level 6, Chartered legal executive litigator and advocate, Level 7, Compliance and risk officer, Level 3, Credit controller and collector, Level 2, Internal audit practitioner, Level 4, internal audit professional, Level 7, Paralegal, Level 3, Payroll assistant manager, Level 5, Senior compliance and risk specialist, Level 6, Senior compliance and risk specialist, Level 6, Solicitor, Level 7.
Lot value (estimated)
- £3,600,000 excluding VAT
- £4,320,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKJ4 - Kent
- UKJ22 - East Sussex CC
- UKJ27 - West Sussex (South West)
- UKJ35 - South Hampshire
- UKJ36 - Central Hampshire
- UKJ37 - North Hampshire
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot Lot 4. Marketing & Procurement
Description
Bid and proposal co-ordinator, Level 3, Customer service practitioner, Level 2, Customer service specialist, Level 3, Procurement and supply assistant, Level 3, Procurement and supply chain practitioner, Level 4, Public relations and communications assistant, Level 4, Senior procurement and supply chain professional, Level 6.
Lot value (estimated)
- £3,600,000 excluding VAT
- £4,320,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKJ4 - Kent
- UKJ22 - East Sussex CC
- UKJ27 - West Sussex (South West)
- UKJ35 - South Hampshire
- UKJ36 - Central Hampshire
- UKJ37 - North Hampshire
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot Lot 5. Construction in a built Environment
Description
Chartered Surveyor (degree), Level 6, Civil Engineer (degree), Level 6, Civil engineering senior technician, Level 4, Civil engineering site management (degree), Level 6, Civil engineering technician, Level 3, Construction quantity surveyor (degree), Level 6, Design and construction management(degree), Level 6, Facilities management supervisor, Level 3, Facilities manager, Level 4, Facilities services operative, Level 2, Installation and maintenance electrician, Level 3, Senior and head of facilities management, (integrated degree), Level 6.
Lot value (estimated)
- £3,600,000 excluding VAT
- £4,320,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKJ4 - Kent
- UKJ22 - East Sussex CC
- UKJ27 - West Sussex (South West)
- UKJ35 - South Hampshire
- UKJ36 - Central Hampshire
- UKJ37 - North Hampshire
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot Lot 6. Engineering & Manufacturing
Description
Asset manager, Level 4, Automation and controls engineering technician, Level 4, Electro-mechanical engineer, Level 6, Mechatronics maintenance technician, Level 3, Post graduate engineer, Level 7, Risk and safety management professional, (degree), Level 7, Science industry process and plant engineer (degree), Level 6, Water industry network technician, Level 3, Water network operative, Level 2, Water process operative, Level 2, Utilities engineering technician, Level 3, Engineering Maintenance Technician Level 3
Lot value (estimated)
- £3,200,000 excluding VAT
- £4,320,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKJ4 - Kent
- UKJ35 - South Hampshire
- UKJ36 - Central Hampshire
- UKJ37 - North Hampshire
- UKJ22 - East Sussex CC
- UKJ27 - West Sussex (South West)
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot Lot 7. Environmental
Description
Ecologist (degree), Level 7, Environmental practitioner (degree), Level 6, Water environment worker, Level 3
Lot value (estimated)
- £3,200,000 excluding VAT
- £4,320,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKJ4 - Kent
- UKJ22 - East Sussex CC
- UKJ27 - West Sussex (South West)
- UKJ35 - South Hampshire
- UKJ36 - Central Hampshire
- UKJ37 - North Hampshire
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot Lot 8. Health & Science
Description
Laboratory Scientist (Level 5), Laboratory Technician (Level 3), Psychological wellbeing practitioner(Level 6), Research Scientist (Level 7), Scientist (Level 6), Soil Scientist (Level 7), Technician Scientist (Level 5)
Lot value (estimated)
- £3,600,000 excluding VAT
- £4,320,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKJ4 - Kent
- UKJ22 - East Sussex CC
- UKJ27 - West Sussex (South West)
- UKJ35 - South Hampshire
- UKJ36 - Central Hampshire
- UKJ37 - North Hampshire
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Lot Lot 9. Isle of Wight
Description
Automation and controls engineering technician, Level 4, Mechatronics maintenance technician, Level 3, Water industry network technician, Level 3, Water industry treatment process technician, Level 3, Water network operative, Level 2, Water process operative, Level 2, Water treatment technician, Level 3, Water Industry Asset Maintenance Technician Level 3, Engineering Maintenance Technician Level 3
Lot value (estimated)
- £3,200,000 excluding VAT
- £4,320,000 including VAT
Framework lot values may be shared with other lots
Contract locations
- UKJ34 - Isle of Wight
Same for all lots
CPV classifications, contract dates and options are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
5
Maximum percentage fee charged to suppliers
0%
Further information about fees
Funding via the Apprenticeship Growth & Skills levy
Framework operation description
This procurement process will be run in accordance with the Procurement Act 2023 (“PA23”) under Light Touch Regime using the Competitive Flexible Procedure. The Light Touch Regime, applicable to this Apprenticeships Framework, affords a little more procedural flexibility. The procedure designed by SWS, and detailed in the IITT document, will apply the core principles of the Act, including transparency, fairness, and equal treatment for potential bidders and aims to ensure value for money and to support open competition, while allowing flexibility to meet the specific needs of apprenticeship delivery.
The total price for each apprenticeship will be based on the applicable funding band set by the Skills & Growth Levy. This price includes all on-programme training and End-Point Assessment and must not exceed the funding band maximum.
Additional information on each individual Apprenticeship standard can be found here: https://skillsengland.education.gov.uk/apprenticeships/
Stage 2 Invitation to Tender:
All Tenderers are required to pass all the questions within the SWS PQQ, which shall be issued using the esourcing tool, Bravo. Following successful progression through the PQQ stage, at the discretion of SWS, prospective tenderers shortlisted as set out in Section 4 of this IITT, will be invited to provide a proposal to the ITT.
Tenderers invited to tender, who submit qualifying proposals before the closing time, will be checked for compliance and any non-compliant tenders may be rejected without further evaluation.
ITT Envelope Weightings (Evaluation Criteria): Technical 80%, Commercial 20%
Based on the answers and evidence provided, each Tenderers’ response will be scored in accordance with the scoring guidelines.The score offered by the evaluation team will allow a Tenderer to achieve a score of between 0 and 100% of the weighting.
All ITT proposals will be evaluated independently by an internal evaluation panel*. The evaluation panel may hold a moderation meeting to agree final technical scores. Following moderation of the technical score, a combined score including technical (“T”) and commercial (“C”), will be used to select the preferred Tenderer(s) with whom SWS intend to enter into the Framework Agreement.
*Except in circumstances where specialist areas may need to be evaluated by a single subject matter expert and will therefore not be subject to a consensus moderation.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Establishing party only
Participation
Legal and financial capacity conditions of participation
Lot Lot 1. Business Administration
Lot Lot 2. Digital
Lot Lot 3. Legal, Finance & Accounting
Lot Lot 4. Marketing & Procurement
Lot Lot 5. Construction in a built Environment
Lot Lot 6. Engineering & Manufacturing
Lot Lot 7. Environmental
Lot Lot 8. Health & Science
Lot Lot 9. Isle of Wight
As per Pre Qualification Questionnaire questions
Technical ability conditions of participation
Lot Lot 1. Business Administration
Lot Lot 2. Digital
Lot Lot 3. Legal, Finance & Accounting
Lot Lot 4. Marketing & Procurement
Lot Lot 5. Construction in a built Environment
Lot Lot 6. Engineering & Manufacturing
Lot Lot 7. Environmental
Lot Lot 8. Health & Science
Lot Lot 9. Isle of Wight
The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.
Particular suitability
Lot Lot 1. Business Administration
Lot Lot 2. Digital
Lot Lot 3. Legal, Finance & Accounting
Lot Lot 4. Marketing & Procurement
Lot Lot 5. Construction in a built Environment
Lot Lot 6. Engineering & Manufacturing
Lot Lot 7. Environmental
Lot Lot 8. Health & Science
Lot Lot 9. Isle of Wight
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Enquiry deadline
22 January 2026, 3:00pm
Submission type
Tenders
Tender submission deadline
10 February 2026, 10:00am
Submission address and any special instructions
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://southernwater.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://southernwater.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
If you are interested in bidding for this tender, please be aware that you will need to have registered on the central digital platform before you will be able to bid. This will require you to complete some information and then you will be provided with a unique identifier. For more information on how to register, please follow the below link:
how to register on the CDP
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
3 March 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Technical | a) Tenderers shall have their answers to the ITT Technical Questions, scored in accordance with the Scoring Evaluation Criteria set out in this IITT. b) These scores will then be moderated by SWS’... |
Quality | 80% |
| Commercial | For each apprenticeship standard, bidders must give a total price per apprentice, including End‑Point Assessment (EPA) and any eligible training costs. The price submitted per standard must not... |
Price | 20% |
Other information
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Special regime
Utilities
Competitive flexible procedure description
Stage 1 PQQ
All interested suppliers are invited to submit a response to Pre-Qualification Questionnaire.
The Tenderer will be required to accept the Terms and Conditions in the Framework Agreement.
Tenderers should note that SWS reserves the right to reject a tender submission if the terms and conditions of contract are not agreed between SWS and the Tenderer within a reasonable period. Such period to be determined at the sole discretion of SWS.
SWS additionally reserves the right to not award the Framework to any Tenderer.
Stage 2 ITT
Only shortlisted tenderers will receive an Invitation To Tender
Shortlisted tenderes will be invited to respond to ITT technical questions, will be required to attend a presentation (where applicable), and as well as to provide a commercial response as part of their tender submission, in alignment with the costing structure provided in the e-sourcing portal.
Commercial envelope evaluation comprises an initial submission in alignment with the costing structure provided in the e-sourcing platform.
Potential Tenderers please note that whilst every effort has been made to ensure that full documentation is provided with the Tender Notice, SWS reserves the right under Section 31 of PA23 to make modifications to the terms of a covered procurement, relating to:
• Conditions of participation
• Award criteria
• Requirements of the competitive tendering procedure
Provided that the modifications are in accordance with the provisions of PA23. SWS will ensure that following any such modifications, it will:
- Revise any applicable timescales (where required) as a result of such modification, and
- notify the participating suppliers of such changes, where a participation period applies.
Contracting authority
Southern Water Services Limited
- Public Procurement Organisation Number: PBJQ-2231-ZRPG
Southern Water, Southern House
Worthing
Bn13 3NX
United Kingdom
Contact name: Antonia O'Donovan
Email: antonia.o'donovan@southernwater.co.uk
Website: http://www.southernwater.co.uk
Region: UKJ27 - West Sussex (South West)
Organisation type: Private utility