Opportunity

Digital Skills Framework

  • West Yorkshire Combined Authority

F02: Contract notice

Notice reference: 2022/S 000-016073

Published 10 June 2022, 5:41pm



Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Contact

Catherine Land

Email

Catherine.Land@westyorks-ca.gov.uk

Telephone

+44 113348187

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

National registration number

8876556

Internet address(es)

Main address

https://www.westyorks-ca.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103257

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=46921&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=46921&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

Digital Skills Framework

Reference number

53161

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement process is for an Adult Digital Skills Training Framework which is a multiple lot, multiple supplier framework, with up to five suppliers appointed to each lot. This competition will appoint five Delivery Partners for each lot with tenderers having the ability to apply for one or both lots in this process. There are two lots available and therefore the Combined Authority will look to appoint up to ten Delivery Partners. The framework will be run for 4 years (2+2 break clause) with a maximum value of £30 million (not guaranteed). Innovative and responsive adult training courses are required to support individuals to retrain or upskill while in work (including self-employment) or whilst seeking employment opportunities. Retraining programmes should be designed to address employer skills shortages in sectors identified in the West Yorkshire Employment and Skills Framework and offer individuals a clear line of sight to career progression opportunities.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 2

two.2) Description

two.2.1) Title

Digital Skills Framework

Lot No

1

two.2.2) Additional CPV code(s)

  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80521000 - Training programme services
  • 80531000 - Industrial and technical training services
  • 80531200 - Technical training services
  • 80533000 - Computer-user familiarisation and training services
  • 80533100 - Computer training services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
  • UK - United Kingdom

two.2.4) Description of the procurement

1.1 This invitation to tender (ITT) is issued by West Yorkshire Combined Authority (Combined Authority). The Combined Authority is running this procurement process on its own behalf. This procurement process is for an Adult Digital Skills Training Framework which is a multiple lot, multiple supplier framework, with up to five suppliers appointed to each lot. This competition will appoint five Delivery Partners for each lot with tenderers having the ability to apply for one or both lots in this process. There are two lots available and therefore the Combined Authority will look to appoint up to ten Delivery Partners. Once appointed the tenderer will be one of up to five Delivery Partners for that chosen lot however as this is a framework there is no guarantee of revenue to the selected suppliers. Indicative estimations of likely throughput have been included with further detail in appendix 1. The framework will be run for 4 years (2+2 break clause) with a maximum value of £30 million (not guaranteed).

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

Start date

22 August 2022

End date

27 August 2026

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: Yes

Description of options

Bit for one or both Lots

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.1.8) 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

11 July 2022

Local time

12:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 July 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

West Yorkshire Combined Authority

Leeds

Country

United Kingdom

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

West Yorkshire Combined Authority

Leeds

Country

United Kingdom