Section one: Contracting authority
one.1) Name and addresses
Barnsley Metropolitan Borough Council
Town Hall
Barnsley, South Yorkshire
S70 2TA
Contact
Mira Hope
Telephone
+44 1226772752
Country
United Kingdom
NUTS code
UK - United Kingdom
National registration number
N/A
Internet address(es)
Main address
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