Section one: Contracting authority
one.1) Name and addresses
Department for Business and Trade
London
cara.jenkins@businessandtrade.gov.uk
Country
United Kingdom
Region code
UKI - London
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-business-and-trade
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://uktrade.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uktrade.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Invitation to Tender- Building Capability in Product Safety, Legal Metrology and Construction Products in Local Authority Regulatory Services
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Office for Product Safety & Standards (OPSS) was established by the Department for Business and Trade (DBT) Strategy in 2018 and is the national regulator for product safety, legal metrology and construction products.
Our purpose is to protect people and places from product-related harm, ensuring consumers and businesses can buy and sell products with confidence
Local Authority Regulatory Services (LARS1) also have statutory obligations for the delivery of regulation with regard to product safety, legal metrology and construction products.
As national regulator for Product Safety and Legal Metrology, OPSS provides national capacity and supports local authority enforcement and coordination of national and local regulation. As the national regulator for Construction Products, it is building the national regulator function and establishing local authority capability.
The requirement is for Development and delivery of a specialist annual Learning & Development (L & D) programme in accordance with a detailed specification including, sourcing trainers, development of specialist technical course resources, all course administration including booking venues and delegate management.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI - London
two.2.4) Description of the procurement
The contract requires the Supplier to deliver the following outputs:
(i) Each year develop and deliver specialist, technical and practical products, e-learning packages, tools and activities (for 2023-24 development and delivery will be based on that specified in the programme in Table 2). To be set out in a programme at the beginning of each year with clear learning objectives, dates & times, delivery method, numbers and evaluation approach (see Table 1 above).
(ii) Conduct ongoing evaluation of the learning and development of LARS within each year and throughout the lifetime of the contract as specified below.
(iii) At the end of each financial year submit a summary report of the evaluation to be agreed with OPSS, including but not limited to:
• details of activities
• number of training days,
• delegate satisfaction,
• evidence that learning objectives have been met;
• delegate and geographical take up
• Diversity and inclusion
(iv) Conduct and submit an annual assessment of learning and development needs ahead of each year’s delivery programme. This includes an assessment in to be conducted in the final year on the contract for (see Table 1 above).
(v) Provide metrics on request to support OPSS reporting and evaluation of the success of the programme.
(vi) Submit a quarterly performance report, outlining what has been delivered, with metrics which demonstrate key milestones and learning objectives being met and which support the overarching aims in paragraph 1.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
This contract will be on a 1+1+1 basis, with the initial contract term being 12 months.
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 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-007846
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 October 2023
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 October 2023
Local time
4:00pm
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
Department for Business and Trade
London
Country
United Kingdom