Tender

Skills Training Service Contract – Dynamic Purchasing System (DPS)

  • West Midlands Combined Authority

F02: Contract notice

Notice identifier: 2022/S 000-018419

Procurement identifier (OCID): ocds-h6vhtk-034e9b

Published 5 July 2022, 6:44pm



Section one: Contracting authority

one.1) Name and addresses

West Midlands Combined Authority

16 Summer Lane

Birmingham

B19 3SD

Contact

Josie Medforth

Email

Josie.Medforth@place-group.com

Telephone

+44 3453036760

Country

United Kingdom

NUTS code

UKG - West Midlands (England)

Internet address(es)

Main address

https://wmca.bravosolution.co.uk/

Buyer's address

https://www.wmca.org.uk/

one.3) Communication

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

https://wmca.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://wmca.bravosolution.co.uk/

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://wmca.bravosolution.co.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Other activity

Skills Training


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Skills Training Service Contract – Dynamic Purchasing System (DPS)

Reference number

03665-2022

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Adult Education Budget (AEB) for the West Midlands constituent member area was devolved to the West Midlands Combined Authority (WMCA) for delivery from 1st August 2019. In 2022 additional skills funding has been delegated from the Department of Education (DfE) to the WMCA.

The aim is to secure packages of service provision. WMCA is proposing to launch a Dynamic Purchasing System (DPS) for a duration of up to 10 years. The DPS will also be utilised to procure service providers for non-funded/ funded (devolved funding or other funding streams) Adult Skills Programmes.

two.1.5) Estimated total value

Value excluding VAT: £1,000,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80400000 - Adult and other education services
  • 80500000 - Training services

two.2.3) Place of performance

NUTS codes
  • UKG - West Midlands (England)
Main site or place of performance

WMCA have also opened the DPS to allow its seven constituent local authorities and the ten non-constituent authorities to undertake further competitions from the DPS and award call off contracts.

two.2.4) Description of the procurement

A Market Engagement Event was held on the 13th June. Link to the Video and the Q&A is

https://beta.wmca.org.uk/what-we-do/productivity-and-skills/adult-education-budget/

Presentation

https://beta.wmca.org.uk/media/k3nj4tb3/wmca-skills-procurement-13th-june-presentation-004-final-version.pdf

event notes

https://beta.wmca.org.uk/media/rumnbwet/event-notes-13-06-22-am-pm-finalised.pdf

A further online virtual event took place on the 1st July 2022 - https://youtu.be/JK6g-ZOSDXM

https://www.find-tender.service.gov.uk/Notice/013991-2022

WMCA have opted to use a dynamic purchasing system as the procurement method for delivering their contracts. This is because it will allow the flexibility to deliver skills provision now and in the future.

WMCA is seeking to build capacity to deliver a wider package of skills provision to support its residents build the skills employers need. We are seeking to secure new innovative provision which will align with the developments in the job market, ensuring there is a responsive and flexible training and skills offer which can respond to market shifts and by strengthening the current training offer and approaches. This procurement route will enable the WMCA to procure services relating to any future funded Adult Skills/Education programmes and respond flexibly to skills and training needs in the region.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70

Quality criterion - Name: Commercial / Weighting: 30

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,000,000,000

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

Duration in months

120

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.2.14) Additional information

This DPS will be available to be used by the following :

Constituent Local Authorities

Birmingham

Coventry

Dudley

Sandwell

Solihull

Walsall

Wolverhampton

Non-constituent Local Authorities

Cannock Chase

North Warwickshire

Nuneaton and Bedworth

Redditch

Rugby

Shropshire

Stratford-on-Avon

Tamworth

Telford and Wrekin

Warwickshire


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Prior to commencing delivery of the service, procured providers must hold the appropriate accreditations, approvals and authorities to deliver the service.

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

*The service must comply with the Funding Rules and Performance Management Framework published by the WMCA.

*Prior to commencing delivery of the service, procured providers must hold the appropriate accreditations, approvals and authorities to deliver the service.

*Providers must have the capacity and capability for data and evidence collection, management and reporting,

*must have robust processes and controls in place to ensure the eligibility of the learner, comply with audit requirements, monitor progress and manage risks.

*must have sufficient qualitative and quantitative controls in place to scrutinise and report on quality performance


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

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

5 August 2022

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

5 July 2022

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


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

All providers who are successfully admitted to the DPS will be invited to submit tenders for all requirements via a further competition more commonly referred to as a "call off".

It is anticipated that there will be multiple call-offs throughout the lifetime of the DPS.

For complex or high value matters, WMCA will reserve the right to limit the number of providers that will be invited to Stage 2. To do this we will offer all providers the opportunity to complete and submit the 'Expression of interest' Form. This will contain questions that will form questions that will be pertinent to a particular project to allow us to reduce the number of providers invited to tender.

Tender documents will be issued to all interested providers who have been assessed as meeting the criteria in the stage 2 Expression of Interest document.

Award criteria weightings for Quality and Commercial Assessment may be varied by up to plus or minus 20 percentage points for individual call-offs. The exact award criteria weighting to be applied will be confirmed in the ITT.

Providers attention is specifically drawn to the Order Form in the DPS Agreement that will form the basis of any Call Off. In particular, attention is specifically drawn to the fact that the Call Off Contract terms and conditions may require alteration and Special Conditions to be added as a result of project requirements or funding stream obligations (current or future) placed on the WMCA that have to be flowed down in the Call Off Contract to the provider. Providers will be able to consider such obligations and incorporate any risk or additional costs into their submission.

Providers will be notified of the outcome by a letter, which will include the successful provider's scores against the evaluation criteria and will be provided with feedback related to their submission. WMCA will (wherever possible) implement a voluntary standstill period of 10 days. Please note however that whilst this is considered to be best practice WMCA are not bound to implement the voluntary standstill period.

WMCA will publish a Contract Award Notice.

The pricing range has been estimated to cover the lifetime of the DPS. WMCA reserve the right to amend this at a later date if required.

Providers should note that whilst this opportunity has been opened to allow the use of the DPS by other Local Authorities, WMCA do not accept any liability or responsibility for any call-offs undertaken by or on behalf of such Local Authorities. Local Authorities calling off the DPS are responsible for the call off process, the document content, the evaluation, awards and conduct of the Call Offs in their entirety.

Following award of call off contracts WMCA foresee the need to make ongoing variations during the term of the Contract to reflect the provision of services and to cover the need to reconcile figures/outputs or milestones in relation to service delivery.

The types of foreseen contract variations include the following and will require a variation to be signed by both parties prior to its commencement:

Reconciliation

Growth

There may also be situations that are not included above where contract variations are required. WMCA have referred to these as unforeseen contract variations. Again, this will require a variation to be signed by boy both parties prior to its commencement:

In accordance with Regulation 72 (1)(a) of the PCR 2015 WMCA shall not apply the 50% original contract price limit to any foreseen variations as the pricing for such variations would have been included within the Providers pricing schedule. Any reference to original contract price shall be a reference to the annual original contract price as Services can change dramatically subject to demand and available funding.

six.4) Procedures for review

six.4.1) Review body

West Midlands Combined Authority

16 Summer Lane

Birmingham

B19 3SD

Country

United Kingdom