Section one: Contracting authority
one.1) Name and addresses
West Midlands Combined Authority
16 Summer Lane
Birmingham
B19 3SD
Contact
Josie Medforth
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
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
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