Tender

Tech Adoption Programme

  • West of England Combined Authority

F02: Contract notice

Notice identifier: 2023/S 000-030482

Procurement identifier (OCID): ocds-h6vhtk-040c5f

Published 16 October 2023, 3:16pm



Section one: Contracting authority

one.1) Name and addresses

West of England Combined Authority

70 Redcliffe Street

Bristol

BS1 6ER

Contact

Mr Greg Derrick

Email

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

https://procontract.due-north.com/Procurer/Advert/View?advertId=aeb3f6f6-066c-ee11-8124-005056b64545&fromAdvertEvent=True

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