Contract

CO0299 Multiply - Lot 1 - November 2023

  • Essex County Council

F03: Contract award notice

Notice identifier: 2024/S 000-027024

Procurement identifier (OCID): ocds-h6vhtk-03d4dc

Published 23 August 2024, 11:45am



Section one: Contracting authority

one.1) Name and addresses

Essex County Council

County Hall, Market Road

Chelmsford

CM1 1QH

Contact

Mr Andrew Beaver

Email

Andrew.beaver@essex.gov.uk

Country

United Kingdom

Region code

UKH3 - Essex

Internet address(es)

Main address

https://www.essex.gov.uk/

Buyer's address

https://www.essex.gov.uk/

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

CO0299 Multiply - Lot 1 - November 2023

Reference number

DN696391

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The purpose of this competition under Lot 1 “Businesses and supporting people into work” is to invite bids to create and deliver a training provision that will enable people in employment and job seekers to improve their numeracy skills for work.

Bidders are expected to work together with businesses to identify specific numeracy skills required in the workplace. More specifically, bidders are expected to:

a) work with businesses to develop and deliver training courses that are bespoke to the sector the business operates in, or the business itself.

b) develop courses aimed at people who cannot apply for certain jobs because of lack of numeracy skills and / or to encourage people to upskill in numeracy in order to access a certain job/ career.

c) Develop additional relevant maths modules embedded into other vocational courses.

Eligible target learners are adults 19+ who have not previously attained a GCSE Grade 4/C or higher maths qualification. They can either be working towards a maths GCSE or Functional Skills Qualification or need specific numeracy skills for their work or progression.

Expected duration of training courses is between 6 to 10 guided learning hours.

Substantive learning (formal or informal) is defined as learning being delivered in two or more hours. All substantive learning will be recorded in the Individualised Learner Record (ILR) monthly. Suppliers will need to submit the ILR directly to the Department for Education via IDAMS. Where a supplier is unable to use IDAMS, it should submit via the ILR input tool. Suppliers will need to provide ECC with a copy of the ILR using an ECC template.

Department for Education (DfE) has confirmed that Multiply training / learning will not be subject to Ofsted inspections in Year 2 (2023-2024).

Outreach activities (a.k.a. non-substantive learning) should not be recorded in the ILR. Instead, the full name, postcode and date of birth should be recorded on a separate return to ECC monthly, which will then be shared by ECC with the Department for Education. It is entirely appropriate for suppliers to collect more information from adults involved in outreach activities to enable them to follow up and market Multiply to those engaged.

Proposed provision under this mini competition must be unique and not a continuation of previously funded programmes that have been awarded under this Dynamic Purchasing System (DPS). If a proposal is found to be an extension of previous funding, ECC reserves the right to reject the proposal.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £150,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKH3 - Essex

two.2.4) Description of the procurement

The purpose of this competition under Lot 1 “Businesses and supporting people into work” is to invite bids to create and deliver a training provision that will enable people in employment and job seekers to improve their numeracy skills for work.

Bidders are expected to work together with businesses to identify specific numeracy skills required in the workplace. More specifically, bidders are expected to:

a) work with businesses to develop and deliver training courses that are bespoke to the sector the business operates in, or the business itself.

b) develop courses aimed at people who cannot apply for certain jobs because of lack of numeracy skills and / or to encourage people to upskill in numeracy in order to access a certain job/ career.

c) Develop additional relevant maths modules embedded into other vocational courses.

Eligible target learners are adults 19+ who have not previously attained a GCSE Grade 4/C or higher maths qualification. They can either be working towards a maths GCSE or Functional Skills Qualification or need specific numeracy skills for their work or progression.

Expected duration of training courses is between 6 to 10 guided learning hours.

Substantive learning (formal or informal) is defined as learning being delivered in two or more hours. All substantive learning will be recorded in the Individualised Learner Record (ILR) monthly. Suppliers will need to submit the ILR directly to the Department for Education via IDAMS. Where a supplier is unable to use IDAMS, it should submit via the ILR input tool. Suppliers will need to provide ECC with a copy of the ILR using an ECC template.

Department for Education (DfE) has confirmed that Multiply training / learning will not be subject to Ofsted inspections in Year 2 (2023-2024).

Outreach activities (a.k.a. non-substantive learning) should not be recorded in the ILR. Instead, the full name, postcode and date of birth should be recorded on a separate return to ECC monthly, which will then be shared by ECC with the Department for Education. It is entirely appropriate for suppliers to collect more information from adults involved in outreach activities to enable them to follow up and market Multiply to those engaged.

Proposed provision under this mini competition must be unique and not a continuation of previously funded programmes that have been awarded under this Dynamic Purchasing System (DPS). If a proposal is found to be an extension of previous funding, ECC reserves the right to reject the proposal.

3.11. Bidders should ensure that learners receive appropriate support during their course, including Careers Education, Information, Advice and Guidance (CEIAG).

Bidders may deliver generic work-focused numeracy provision that enables employees to be more productive at work or to enhance their employability, for example developing costings and quotations for jobs, budgeting and estimates, cashing up, making financial transactions, working time keeping, journey planning, measurements etc.

Bidders may also deliver sector-based numeracy skills training for individuals in employment or looking for work or to move into a different sector that offers significant employment opportunities. As per 3.2, this will also involve training delivery to employees and people looking for work. This will be targeted towards particular industries or sectors. We particularly welcome sectoral approaches attractive to businesses, especially in five key sectors of growth defined in our sector development strategy, i.e. Construction; Clean Energy; Advanced Manufacturing & Engineering; Digital and Life Sciences. We would welcome focus on other sectors with which bidders have a strong track record, and where proposals are evidenced-based, such as Retail, Health & Social Care, etc.

The provision would be most advantageous if it has practical applications in the workplace.

Bidders should dedicate sufficient resources to ensure that provision for businesses satisfies business needs in line with Multiply requirements.

It is required that the bidders raise any concerns about working with individual businesses with ECC at the earliest opportunity throughout the contract.

Where provision is delivered in the workplace, bidders will ensure that this is a safe and appropriate learning environment.

Bidders are expected to have staffing and a delivery base in Essex or alternative local facilities to target and deliver provision to the businesses and residents of Essex. Online provision is an accepted method of delivery however, this must be part of a blended digital offer including virtual classroom, access to a tutor, learning and additional support.

Learners supported by this funding must reside or work in Essex (i.e., the area defined as political Essex and not including Southend-on-Sea or Thurrock).

Employer engagement should be targeted to businesses operating in Essex.

We particularly welcome provision targeting key levelling up areas captured in the Levelling Up Essex White Paper: Basildon (House Estates), Rural Braintree, Harlow, Tendring: Canvey Island and Colchester (Housing Estates).

Grant Agreements shall not exceed 12 months.

The maximum cost per learner for this requirement (Lot 1) is £35 per guided learning hour.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Price - Weighting: 0

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 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-016343


Section five. Award of contract

Contract No

CO0299 Multiply

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 December 2023

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 11

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Eden College of Human Resource

34 Mawney Road

Romford

RM7 7HR

Country

United Kingdom

NUTS code
  • UKH3 - Essex
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £26,800


Section five. Award of contract

Contract No

CO0299 Multiply

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 December 2023

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 11

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Excelsis Training Limited

12 Old Bexley Lane

Bexley

DA5 2BN

Country

United Kingdom

NUTS code
  • UKJ4 - Kent
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £89,600


Section five. Award of contract

Contract No

CO0299 Multiply

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

6 December 2023

five.2.2) Information about tenders

Number of tenders received: 11

Number of tenders received from SMEs: 11

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 11

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Opportunities Workshop Limited

12 Northgate Street

Ipswich

IP1 3DB

Country

United Kingdom

NUTS code
  • UKH14 - Suffolk
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £33,600


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom