Crown Commercial Service Apprenticeship Training Framework
Crown Commercial Service as the Authority is putting in place a pan government Framework Agreement for use by UK public sector bodies.
United Kingdom-Liverpool: Education and training services
2017/S 113-227736
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
9th Floor The Capital Old Hall Street
Liverpool
L3 9PP
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS code: UK
Internet address(es):Main address: http://www.gov.uk/ccs
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
I.2)Joint procurement
I.3)Communication
n/a
United Kingdom
E-mail: supplier@crowncommercial.gov.uk
NUTS code: UKInternet address(es):Main address: http://www.gov.uk/ccs
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Apprenticeship Training and Related Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown Commercial Service as the Authority is putting in place a pan government Framework Agreement for use by UK public sector bodies identified at VI.3 which include Central Government Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS Bodies and Local Authorities, and other permitted organisations, provided by a number of Potential Providers.
The above Public Sector bodies have a need for Apprenticeships Training and Related Services.
The Goods & Services within the scope of this Framework Agreement have been divided into 12 Lots.
This procurement relates to Apprenticeships and Training — Educational services which are listed in Schedule 3 of the Public Contracts Regulations (PCR) 2015 as a specific service.
The procurement is being conducted under the Light Touch Regime (‘LTR’) therefore subject to limited regulation and will be conducted in accordance with regulations 74 to 76 PCR 2015.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Leadership and Management Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice schemes in Leadership and Management, Level 3 Team Leader and Level 5 Operations / Departmental Manager. Scope will include any additional Leadership and Management Apprenticeship Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into 2 parts:
a = will be available to Civil Service Learning to award Call-Off Contracts for any of the Goods and Services,
b = will be available to Contracting Authorities including Civil Service Learning to award Call-Off Contracts for any of the Goods and Services. Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
II.2.1)Title:
Project Management Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice schemes in Project Management, Level 4 Associate Project Manager. Scope will include any additional Project Management Apprenticeship Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into 2 parts:
a = will be available to Civil Service Learning to award Call-Off Contracts for any of the Goods and Services,
b = will be available to Contracting Authorities including Civil Service Learning to award Call-Off Contracts for any of the Goods and Services.
Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
II.2.1)Title:
Operational Delivery Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice schemes in for Operational Delivery, Level 3 Operational Delivery Officer. Scope will include any additional Operational Delivery Apprenticeship Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into 2 parts:
a = will be available to Civil Service Learning to award Call-Off Contracts for any of the Goods and Services,
b = will be available to Contracting Authorities including Civil Service Learning to award Call-Off Contracts for any of the Goods and Services.
Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
II.2.1)Title:
Human Resources Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice Human Resources, Level 5 HR Consultant, Level 3 HR Support, Level 5 Higher Apprenticeship in Human Resources Management. Scope will include any additional Human Resources Apprenticeship Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into 2 parts:
a = will be available to Civil Service Learning to award Call-Off Contracts for any of the Goods and Services,
b = will be available to Contracting Authorities including Civil Service Learning to award Call-Off Contracts for any of the Goods and Services.
Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
II.2.1)Title:
Finance and Tax Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice schemes in Finance and Tax, Level 3 Assistant Accountant, Level 4 Professional Accounting / Taxation technician, Level 7 Professional Accountant. Scope will include any additional Finance and Tax Apprenticeship Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into 2 parts:
a = will be available to Civil Service Learning to award Call-Off Contracts for any of the Goods and Services,
b = will be available to Contracting Authorities including Civil Service Learning to award Call-Off Contracts for any of the Goods and Services.
Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
II.2.1)Title:
Higher Level Digital Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice schemes in for Higher Level Digital Delivery, Level 6 Digital and technology solutions professional degree. Scope will include any additional Higher Level Digital Apprenticeships Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into 2 parts:
a = will be available to Civil Service Learning to award Call-Off Contracts for any of the Goods and Services,
b = will be available to Contracting Authorities including Civil Service Learning to award Call-Off Contracts for any of the Goods and Services.
Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
II.2.1)Title:
Digital Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice schemes in Digital Delivery, Level 4 Software Developer, Level 4 Network Engineer, Level 4 Data analyst, Level 4 Cyber Security technologist, Level 4 Cyber intrusion analyst, Level 4 IS Business Analyst, Level 2 and Level 3 IT application specialist Framework, Level 2, 3 & 4 IT Software, Web, Telecoms Professionals Frameworks. Scope will include any additional Digital Apprenticeship Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into 2 parts:
a = will be available to Civil Service Learning to award Call-Off Contracts for any of the Goods and Services,
b = will be available to Contracting Authorities including Civil Service Learning to award Call-Off Contracts for any of the Goods and Services.
Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
II.2.1)Title:
Customer Service Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice schemes in Customer Services Resources. Level 2 Customer Service Practitioner, Level 3 Customer Service Specialist, Level 3 Customer Service Framework. Scope will include any additional Customer Service Apprenticeship Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into 2 parts:
a = will be available to Civil Service Learning to award Call-Off Contracts for any of the Goods and Services,
b = will be available to Contracting Authorities including Civil Service Learning to award Call-Off Contracts for any of the Goods and Services.
Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
II.2.1)Title:
Commercial Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice schemes in Commercial, Level 4 Public Sector Commercial Professional. Scope will include any additional Commercial Apprenticeship Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into 2 parts:
a = will be available to Civil Service Learning to award Call-Off Contracts for any of the Goods and Services,
b = will be available to Contracting Authorities including Civil Service Learning to award Call-Off Contracts for any of the Goods and Services.
Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
II.2.1)Title:
Higher Level Leadership and Management Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice schemes in for Higher Level Leadership and Management, Level 6 Chartered Manager Degree Apprenticeship. Scope will include any additional Higher Level Leadership and Management Apprenticeship Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into 2 parts:
a = will be available to Civil Service Learning to award Call-Off Contracts for any of the Goods and Services,
b = will be available to Contracting Authorities including Civil Service Learning to award Call-Off Contracts for any of the Goods and Services.
Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
II.2.1)Title:
Business and Administration Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice schemes in Business and Administration, Level 3 Business Administrator, Level 2, 3 and 4 Business Administration Framework. Scope will include any additional Business and Administration Apprenticeship Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into 2 parts:
a = will be available to Civil Service Learning to award Call-Off Contracts for any of the Goods and Services,
b = will be available to Contracting Authorities including Civil Service Learning to award Call-Off Contracts for any of the Goods and Services.
Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
II.2.1)Title:
Property Apprenticeship Training and Related Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of expertise in development and delivery of Contracting Authorities Apprentice schemes in Property, Level 3 Surveying Technician, Level 6 Chartered Surveyor, Level 3 Facilities Management Supervisor. Scope will include any additional Property Apprenticeship Standards that are approved for delivery and subsequently published.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
This Lot will be divided into one part:
Lot b = will be available to Civil Service Learning and Contracting Authorities to award Call-Off Contracts for any of the Goods and Services.
Please see Attachment 1 (ITT) and Section VI.3 of this notice for further information on the Lot Structure.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Potential Providers will be assessed on the basis of information provided in response to an Invitation to Tender (‘ITT’). This procurement will be managed electronically via the Authority’s eSourcing Suite.
To participate in this Procurement, Potential Providers must first be registered on the eSourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at https:// gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/esourcingtool-guidance-for-suppliers
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement (RM3828 Apprenticeship Training and Related Services).
This is done by emailing expressionofinterest@crowncommercial.gov.uk. Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the Potential Provider; and the name and contact details for the registered individual sending the email.
The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Helpdesk. email: eenablement@crowncommercial.gov.uk. Responses must be submitted by the date (refer to IV 2.2 of the Contract Notice).
Cyber Essentials is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. There are 2 levels of certification: Cyber Essentials and Cyber Essentials Plus. To participate in this Procurement, Potential Providers must be able to demonstrate that you comply with the technical requirements prescribed by Cyber Essentials or equivalent and compliance to a Security Management Schedule included in the ITT as Attachment 2a and Framework Agreement for Goods & Services, ISO9001, BS25999-1:2006, OHSAS18001, ISO14001, ISO27001 or equivalents are required under and in connection with this Procurement.
III.1.2)Economic and financial standing
Potential Providers will be assessed on the basis of information provided in response to an ITT. The ITT and Selection Questionnaire can be accessed at: https://gpsesourcing.cabinet office.gov.uk using the instructions detailed in III.1.1. (Refer to Section 10 of the ITT) The Authority may ask you to provide a copy of your audited accounts for the most recent two (2) financial years and/or one or more of the following in respect of your organisation:
i. a statement of you turnover, profit and loss account/income statement, balance sheet/statement of financial position and statement of cash flow for the most recent year of trading or
ii. a statement of the cash flow forecast for the current year and a bank letter outlining the current cash and credit position; and/or
iii. an alternative means of demonstrating financial status if any of the above are not available.
As stated in the ITT.
III.1.3)Technical and professional ability
Candidates will be assessed on the basis of information provided in response to an ITT. The ITT and Selection Questionnaire can be accessed at:https://gpsesourcing.cabinet office.gov.uk using the instructions detailed in (refer to III 1.1 of the Contract Notice).
To participate in this procurement the Potential Provider must be:
i) Registered on the Education and Skills Funding Agency (ESFA) Register of Apprenticeship Training Organisations Providers (RoATP).
ii) Received an Ofsted assessment in the last 3 years and met a grade 1 or 2 overall effectiveness quality standards as specified in Common Inspection Framework, (through in order of preference): Ofsted inspections or externally moderated Self Assessment Reports or External Verification reports from Awarding Bodies or in the last 3 years you have met, in your most recent expectation Ofsted Grade 3 overall effectiveness and Grade 1 or Grade 2 effectiveness of apprenticeship provision or that you are a High Education Institute who is not subject to Ofsted Inspections, that you are operating successfully under the formally recognised Quality Assurance Agency for Higher Education (QAA).
iii) Confirm you have capability and capacity required from commencement date of the Framework Agreement to support the delivery of Apprenticeship Training and Related Services to a wide range of Public Sector Customers, via a variety of delivery methods and across all UK locations.
iv) Confirmation that you will directly deliver some of the Apprenticeship training and/or on-programme assessment associated with each employers Apprenticeship programme in accordance with the Funding Rules.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Electronically, via web-based portal.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
This Framework Agreement will be for an Initial Period of 1 year with an option to extend for up to 2 further periods of 12 consecutive months at the Authority’s discretion up to a total duration of 36 months.
The values provided in Sections II.1.5 & II.2.6 are only estimates. We cannot guarantee any business through the Framework Agreement.
As part of this Contract Notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/Manage/Basic/0650d3dc-b9c3-4ab9-97e7-5943875336d9
1) Notice — List of Potential Customers.
2) Notice rights reserved for CCS Framework.
3) Notice Transparency Info CCS Framework.
4) Notice Lot Structure and number of awards.
5) Further Additional Information VI.3.
6) Contract Notice — RM3823 Process.
VI.4.1)Review body
n/a
n/a
United Kingdom
VI.4.2)Body responsible for mediation procedures
n/a
United Kingdom
VI.4.4)Service from which information about the review procedure may be obtained
n/a
United Kingdom
VI.5)Date of dispatch of this notice:
Related Posts
Greater Manchester Housing Providers Apprentice Training Providers Framework
NHS Tender for Apprenticeship Training Services across England
Employment Training Tender – Surveying
Apprentice Training Provider for UK Hydrographic Office
Tender for Supply of Apprentices and Apprentice Scheme