Section one: Contracting authority
one.1) Name and addresses
West of England Combined Authority
70 Redcliffe Street
Bristol
BS1 6ER
Contact
Mr Greg Derrick
greg.derrick@westofengland-ca.gov.uk
Telephone
+44 7385430560
Country
United Kingdom
Region code
UKK - South West (England)
Internet address(es)
Main address
https://www.westofengland-ca.org.uk/
Buyer's address
https://www.westofengland-ca.org.uk/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com
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
Tech Adoption Programme
Reference number
DN694541
two.1.2) Main CPV code
- 72150000 - Computer audit consultancy and hardware consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
Tech Adoption service for SMEs (Small Medium Enterprises) in the west of England.
The service will provide an initial in-depth business diagnostic, identifying opportunities for technology adoption specifically in the three areas of inbound sales, outbound sales and systems & processes. This should also include in-depth analysis of the digital skills needs of employees in relation to the identified tech adoption opportunities, as well as the wider businesses operations. This will then lead to no less than four days for direct 1-2-1 consultancy and where applicable, workshops for employees, supporting the role out of the selected project.
On completion of the project there will there is a requirement for an initial impact review of the project and the support delivered, which will capture learnings and provide suggestions on how to build on for longer term impact. It is also an expectation that there will be a catchup service, where the delivery partner will make contact and assess progress, at three and six months after the completion of their support journey.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKK - South West (England)
two.2.4) Description of the procurement
Tech Adoption service for SMEs (Small Medium Enterprises) in the west of England.
The service will provide an initial in-depth business diagnostic, identifying opportunities for technology adoption specifically in the three areas of inbound sales, outbound sales and systems & processes. This should also include in-depth analysis of the digital skills needs of employees in relation to the identified tech adoption opportunities, as well as the wider businesses operations. This will then lead to no less than four days for direct 1-2-1 consultancy and where applicable, workshops for employees, supporting the role out of the selected project.
On completion of the project there will there is a requirement for an initial impact review of the project and the support delivered, which will capture learnings and provide suggestions on how to build on for longer term impact. It is also an expectation that there will be a catchup service, where the delivery partner will make contact and assess progress, at three and six months after the completion of their support journey.
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
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 + 1 extension options
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 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
Selection Criteria as stated in the procurement documents.
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.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 November 2023
Local time
2:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
13 November 2023
Local time
2:00pm
Place
Proactis tender portal
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
High Court of England and Wales
London
WC1A 2 LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
High Court of England and Wales
London
Country
United Kingdom