Tender

Future Proofed Workforce - Specialist Providers - Phase 2

  • Barnsley Metropolitan Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-003273

Procurement identifier (OCID): ocds-h6vhtk-031364

Published 4 February 2022, 2:09pm



Section one: Contracting authority

one.1) Name and addresses

Barnsley Metropolitan Borough Council

Town Hall

Barnsley, South Yorkshire

S70 2TA

Contact

Mira Hope

Email

procurement@barnsley.gov.uk

Telephone

+44 1226772752

Country

United Kingdom

NUTS code

UK - United Kingdom

National registration number

N/A

Internet address(es)

Main address

https://www.barnsley.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103835

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=43350&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=43350&B=UK

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Future Proofed Workforce - Specialist Providers - Phase 2

two.1.2) Main CPV code

  • 79400000 - Business and management consultancy and related services

two.1.3) Type of contract

Services

two.1.4) Short description

To establish a contract as part of The Future Proofed Workforce Programme (FPWP) with a second cohort of specialist providers to improve workforce productivity for SMEs in Barnsley.

The Council has approved funding for their Employment and Skills service to design & develop a bespoke programme of support for local businesses to help them maximise the productivity of their workforce as we progress through this current period of recovery.

The specialist providers will deliver against the action plan to facilitate a range of training workshops and/or meetings to enable the businesses to reassess & improve their workforce productivity.

This project is one of seven Prioritised Recovery Projects, part of a £2 million economic investment, funded by Barnsley Council & South Yorkshire Mayoral Combined Authority. As part of Barnsley’s Economic Recovery Action Plan, these projects will help the local economy bounce back from the COVID-19 pandemic.

two.1.5) Estimated total value

Value excluding VAT: £382,500

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

Lot 1: Organisational HR Support

Lot No

1

two.2.2) Additional CPV code(s)

  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 66171000 - Financial consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79413000 - Marketing management consultancy services
  • 79414000 - Human resources management consultancy services
  • 79419000 - Evaluation consultancy services
  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80511000 - Staff training services
  • 80532000 - Management training services
  • 80561000 - Health training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• Hybrid & Flexible Working Strategies - Implementation support to meet business needs

• Legal and People Support - around Implementation of Flexible/Hybrid Working Arrangements & contracts.

• Effective Workforce Communication - Engagement Approaches

• Workforce Redundancy Support

• Recruitment

two.2.5) Award criteria

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

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

Duration in months

6

This contract is subject to renewal

No

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

Lot 2: Leadership and Management Coaching and Support

Lot No

2

two.2.2) Additional CPV code(s)

  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 66171000 - Financial consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79413000 - Marketing management consultancy services
  • 79414000 - Human resources management consultancy services
  • 79419000 - Evaluation consultancy services
  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80511000 - Staff training services
  • 80532000 - Management training services
  • 80561000 - Health training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• Leadership and Management Engagement and Alignment of staff - planning and strategy

• Leadership and Management training support

• Targeted One to One Coaching for People Managers

• Effective Management training of Hybrid and Remote workers

• Managing Poor Performance and Behaviours

two.2.5) Award criteria

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

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

Duration in months

6

This contract is subject to renewal

No

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

Lot 3: Mental Health

Lot No

3

two.2.2) Additional CPV code(s)

  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 66171000 - Financial consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79413000 - Marketing management consultancy services
  • 79414000 - Human resources management consultancy services
  • 79419000 - Evaluation consultancy services
  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80511000 - Staff training services
  • 80532000 - Management training services
  • 80561000 - Health training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• Strategic Support for Organisational Health and Wellbeing/Equalities Act

• Mental Health First Aid Training for Key Staff

• Managing those with Mental Health issues

• Mental Health Awareness for the Whole Workforce

• Workforce One to Many Mental Health Training/Workshops

two.2.5) Award criteria

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

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

Duration in months

6

This contract is subject to renewal

No

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

Lot 4: Workforce Mapping and Optimisation

Lot No

4

two.2.2) Additional CPV code(s)

  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 66171000 - Financial consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79413000 - Marketing management consultancy services
  • 79414000 - Human resources management consultancy services
  • 79419000 - Evaluation consultancy services
  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80511000 - Staff training services
  • 80532000 - Management training services
  • 80561000 - Health training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• Workforce Roles and Job Mapping / Re-alignment

• Re-optimisation of people management processes to accommodate hybrid working

• Re-optimisation of internal processes - re-assessing "how it’s done" or value stream mapping new processes.

• Re-alignment/Role Re-Training

two.2.5) Award criteria

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

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

Duration in months

6

This contract is subject to renewal

No

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

Lot 5: Workforce and Culture Development

Lot No

5

two.2.2) Additional CPV code(s)

  • 66170000 - Financial consultancy, financial transaction processing and clearing-house services
  • 66171000 - Financial consultancy services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71621000 - Technical analysis or consultancy services
  • 73200000 - Research and development consultancy services
  • 73210000 - Research consultancy services
  • 73220000 - Development consultancy services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79410000 - Business and management consultancy services
  • 79411000 - General management consultancy services
  • 79411100 - Business development consultancy services
  • 79412000 - Financial management consultancy services
  • 79413000 - Marketing management consultancy services
  • 79414000 - Human resources management consultancy services
  • 79419000 - Evaluation consultancy services
  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80511000 - Staff training services
  • 80532000 - Management training services
  • 80561000 - Health training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

• Reviewing and Refreshing organisational Values and Behaviours to engage and communicate to staff

• Organisational Culture Assessment/Review/Support

• Workforce Engagement and Motivational Support - Training/workshops

• Team Building Implementation

• Communicating and adoption of Values, behaviours, staff Involvement and engagement

• Motivation and Engagement support - Team Workshop delivery

two.2.5) Award criteria

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

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

Duration in months

6

This contract is subject to renewal

No

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

four.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: 10

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

7 March 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

7 March 2022

Local time

12:00pm


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

The High Court of Justice

The Strand

London

WC2A 2LL

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom

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

The High Court of Justice

The Royal Courts of Justice, The Strand,

London

WC2A 2LL

Country

United Kingdom