Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

UK4

Employability Support Programme C008/2025/2026

  • First published: 16 March 2026
  • Last modified: 16 March 2026
  • Version: 1
  • Record interest

     

  • This file may not be fully accessible.

  •  

Contents

Summary

OCID:
ocds-h6vhtk-051d9c
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
16 March 2026
Deadline date:
20 April 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Welsh Government is procuring Employability Support Programme services (“the Programme”) an initiative designed to support people in Wales to move closer to employment and into sustainable work. The Programme will deliver targeted, high-impact, person-centred employability support, ensuring that people regardless of their background can thrive in Wales’s evolving dynamic economy. The Programme directly aligns with the Welsh Government’s Stronger, fairer, greener Wales: a plan for employability and skills (published March 2022), which sets out our responsibility to drive strategic change across the employability system by:• Activating and supporting adults struggling to find work to enter and progress in employment.• Improving the employment prospects for economically inactive people, particularly those most at risk of disadvantage in the labour market.• Bringing together Welsh Government led employability programmes to deliver a new single operating model.• Providing effective support at the end of EU funding.The Programme will play a central role in delivering this strategic change and contributing to national milestones, including:• Achieving at least 90% of 16–24-year-olds in education, employment, or training by 2050.• Eradicating the employment rate gap between Wales and the UK, with a focus on increasing participation among under-represented groups.To realise this strategic transformation and ensure progress towards these national milestones, a network of training providers will be required to deliver a specified employability support offer across the Regional Lots. This will replace the present system for funding employability support programmes in Wales (existing contracted provision) which is due to end in March 2027.The procurement will not make use of an electronic auction. Welsh Government do not propose to set the shortest minimum tendering period by reference to section 54(4) of the Procurement Act 2023. Initial and Additional Cohorts:To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government’s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice:Initial Cohort• Cohort 1: Those aged from 16 years old, up to and including 24-year-olds, who are not in education, employment or training (NEET). Additional Cohorts • Cohort 2: Aged 25+ and short term unemployed from 1 day to 6 months unemployed (subject to Cohort 2 being activated, and additional eligibility criteria may apply if activated).• Cohort 3: Aged 25+ and long term unemployed over 6 months to 24 months unemployed (subject to Cohort 3 being activated, and additional eligibility criteria may apply if activated).Services for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration.For indicative purposes only, Welsh Government currently anticipates that for the whole Programme approximately 8,000 individuals per year may be eligible for and may access services under Cohort 1. This estimate is provided solely to support bidder understanding of the potential scale of delivery. It is not a guarantee of participant numbers, demand levels or referral volumes. Actual numbers may be higher or lower and will depend on wider labour market conditions, referral pathways and funding availability. No minimum or maximum participant volumes are guaranteed under this Contract.The tender is split into 4 Lots by geographical locations, this procurement description applies to each Lot. This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the Procurement Act 2023; Section 9 Light touch applies to this contract.Welsh Government does not consider there to be any known risks that could jeopardise the satisfactory performance of the Contract, which have not already been addressed in the Tender Documents.

Full notice text

Scope

Procurement reference

C008/2025/2026

Procurement description

Welsh Government is procuring Employability Support Programme services (“the Programme”) an initiative designed to support people in Wales to move closer to employment and into sustainable work. The Programme will deliver targeted, high-impact, person-centred employability support, ensuring that people regardless of their background can thrive in Wales’s evolving dynamic economy.

The Programme directly aligns with the Welsh Government’s Stronger, fairer, greener Wales: a plan for employability and skills (published March 2022), which sets out our responsibility to drive strategic change across the employability system by:

• Activating and supporting adults struggling to find work to enter and progress in employment.

• Improving the employment prospects for economically inactive people, particularly those most at risk of disadvantage in the labour market.

• Bringing together Welsh Government led employability programmes to deliver a new single operating model.

• Providing effective support at the end of EU funding.

The Programme will play a central role in delivering this strategic change and contributing to national milestones, including:

• Achieving at least 90% of 16–24-year-olds in education, employment, or training by 2050.

• Eradicating the employment rate gap between Wales and the UK, with a focus on increasing participation among under-represented groups.

To realise this strategic transformation and ensure progress towards these national milestones, a network of training providers will be required to deliver a specified employability support offer across the Regional Lots.

This will replace the present system for funding employability support programmes in Wales (existing contracted provision) which is due to end in March 2027.

The procurement will not make use of an electronic auction. Welsh Government do not propose to set the shortest minimum tendering period by reference to section 54(4) of the Procurement Act 2023.

Initial and Additional Cohorts:

To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government’s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice:

Initial Cohort

• Cohort 1: Those aged from 16 years old, up to and including 24-year-olds, who are not in education, employment or training (NEET).

Additional Cohorts

• Cohort 2: Aged 25+ and short term unemployed from 1 day to 6 months unemployed (subject to Cohort 2 being activated, and additional eligibility criteria may apply if activated).

• Cohort 3: Aged 25+ and long term unemployed over 6 months to 24 months unemployed (subject to Cohort 3 being activated, and additional eligibility criteria may apply if activated).

Services for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration.

For indicative purposes only, Welsh Government currently anticipates that for the whole Programme approximately 8,000 individuals per year may be eligible for and may access services under Cohort 1. This estimate is provided solely to support bidder understanding of the potential scale of delivery. It is not a guarantee of participant numbers, demand levels or referral volumes. Actual numbers may be higher or lower and will depend on wider labour market conditions, referral pathways and funding availability. No minimum or maximum participant volumes are guaranteed under this Contract.

The tender is split into 4 Lots by geographical locations, this procurement description applies to each Lot.

This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the Procurement Act 2023; Section 9 Light touch applies to this contract.

Welsh Government does not consider there to be any known risks that could jeopardise the satisfactory performance of the Contract, which have not already been addressed in the Tender Documents.

Main category

Services

Delivery regions

  • UKL23 - Flintshire and Wrexham
  • UKL12 - Gwynedd
  • UKL11 - Isle of Anglesey
  • UKL13 - Conwy and Denbighshire
  • UKL24 - Powys
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL18 - Swansea
  • UKL14 - South West Wales
  • UKL16 - Gwent Valleys
  • UKL21 - Monmouthshire and Newport
  • UKL15 - Central Valleys
  • UKL22 - Cardiff and Vale of Glamorgan

Total value (estimated, excluding VAT)

680000000 GBP to 680000000GBP

Contract dates (estimated)

01 March 2027, 00:00AM to 31 March 2032, 23:59PM

Extension end date (if all the extensions are used): 31 March 2035

Contracting authority

Llywodraeth Cymru / Welsh Government

Identification register:

  • GB-PPON

Address 1: Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services

Town/City: Cardiff

Postcode: CF10 3NQ

Country: United Kingdom

Website: http://gov.wales

Public Procurement Organisation Number: PQYQ-3841-BHTP

Email: CPSProcurementAdvice@gov.wales

Organisation type: Public authority - central government

Devolved regulations that apply: Wales

Procedure

Procedure type

Open procedure

Is this procurement under a special regime?

Light touch

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

Lots

Divided into 4 lots

North Wales

Lot number: 1

Description

North Wales- Conwy, Denbighshire, Flintshire, Gwynedd, Isle of Anglesey, Wrexham- approx. 21% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot.

The Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.

CPV classifications

  • 80310000 - Youth education services
  • 80300000 - Higher education services
  • 80500000 - Training services
  • 80400000 - Adult and other education services

Delivery regions

  • UKL23 - Flintshire and Wrexham
  • UKL12 - Gwynedd
  • UKL11 - Isle of Anglesey
  • UKL13 - Conwy and Denbighshire

Lot value (estimated)

142800000 GBP Excluding VAT

142800001 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 March 2027, 00:00AM

Contract end date (estimated)

31 March 2032, 23:59PM

Extension end date (estimated)

31 March 2035, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Contract Start: 1 March 2027

Contract Term: The term of the Contract Agreement is for 5 (five) years and 1 (one) calendar month (and with the option to award an extension of up to an additional 2 (two) years on a 1 (one) year plus 1 (one) year basis) (and a 1 (one) year run down). (5+2+1= 8 years)

Contract End: The Contract Agreement term ends on 31 March 2032

• Annual Programme Commissions will be awarded for 2027-28, 2028-29, 2029-30, 2030-31, 2031-32.

• If the Agreement is extended, a Programme Commission will be issued for 2032-33, and further Programme Commissions may be issued for 2033-34 and potentially for 2034-35.

Does the lot include options?

Yes

Description of options

To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government’s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice.

Services for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration.

Welsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation.

The total estimated procured contract value of £680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts.

Further details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents.

Throughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification. Changes to the Programme Specification will be implemented in accordance with the terms of the Contract.

The Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts – Initial and Additional) and as provided in the Contract.

The estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations.

The requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration.

Bidder(s) should note, the estimated procured total Programme value is subject to:

Annual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract) contingent on budget availability which is not guaranteed.

Modification clauses to activate the provision of Services (as set out at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract).

Due to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between £165 Million to £680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods).

Bidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment.

Bidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client.

See section 39 of the Specification- Changes to the Programme Specification.

Description of how multiple lots may be awarded

Lot 1 North Wales- Conwy, Denbighshire, Flintshire, Gwynedd, Isle of Anglesey, Wrexham- approx. 21% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot.

Lot 1 Total Procured Value (estimated)

142800000 GBP Excluding VAT

142800001 GBP Including VAT

Lot 2 Mid Wales and South-West Wales- Ceredigion, Powys, Carmarthenshire, Neath Port Talbot, Pembrokeshire, Swansea - approx. 28% of the contract. The intention is to appoint a maximum of 4 suppliers to the lot.

Lot 2 Total Procured Value (estimated)

190400000 GBP Excluding VAT

190400001 GBP Including VAT

Lot 3 South -East Wales- Blaenau Gwent, Caerphilly, Monmouthshire, Newport, Torfaen- approx. 19% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot.

Lot 3 Total Procured Value (estimated)

129200000 GBP Excluding VAT

129200001 GBP Including VAT

Lot 4 South -Central Wales -Bridgend, Cardiff, Merthyr Tydfil, Rhondda Cynon Taf, Vale of Glamorgan- approx. 32% of the contract. The intention is to appoint a maximum of 5 suppliers to the lot.

Lot 4 Total Procured Value (estimated)

217600000 GBP Excluding VAT

217600001 GBP Including VAT

• If an insufficient number of bidders satisfy the quality threshold, the contract allocation will be offered to less than the stated maximum number of bidders for the lot.

• If more than one bidder is ranked joint highest scoring bidder for a region, the contract will be offered to more than the stated maximum number of bidders for the lot.

• If there are no successful contractors for a region, the provision will be offered, in order of tender score outcomes (highest to lowest), to successful contractors from each of the other regions. In the unlikely event of no contractor accepting the offer, provision for that region will be re-procured.

WG may award multiple lots to the same supplier in accordance with the tender assessment criteria.

Participation

Conditions

Economic

Conditions of participation

Full details are stated in the tender documents.

Bidder(s) should respond on the eTenderWales portal:

• Complete the Qualification Response:

The Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).

The Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template.

Bidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

Only one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.

The Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT – Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

A Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.

• Complete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)

The Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT – Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

• Complete the AI Disclosure Questionnaire Response Template (non-scored)

The Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT – AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

To constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.

Conditions

Economic

Conditions of participation

Full details are stated in the tender documents.

Bidder(s) should respond on the eTenderWales portal:

• Complete the Qualification Response:

The Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).

The Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template.

Bidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

Only one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.

The Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT – Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

A Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.

• Complete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)

The Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT – Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

• Complete the AI Disclosure Questionnaire Response Template (non-scored)

The Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT – AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

To constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.

Award criteria

Type: quality

Name

Question 1: Inclusive Access and Engagement

Description

How will you embed equality, diversity and inclusion principles across Programme delivery, ensuring accessibility for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or community, people with LGBTQ+ identities), and demonstrate measurable impact in removing barriers to participation and achievement? Your response must include, but is not limited to:

• How will you deliver effective outreach and engagement approaches, including collaboration with referral partners and targeted strategies for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or communities, people with LGBTQ+ identities)?

• How will you provide reasonable adjustments and wraparound support to address barriers, and how will you monitor their effectiveness?

• How will you embed cultural inclusion that meets participant needs?

• How will you meet Welsh Language Standards and provide Welsh language and bilingual services that meet participant needs?

• How will you manage disengagement risks and deliver re-engagement strategies and how will you monitor their effectiveness?

• How will you tailor delivery to local needs and implement inclusive coverage across all geographical locations, including Hard to Reach Areas (as defined in section 1 of the ITT, Instruction to Bidders) for the Regional Lot?

• How will you embed equality, diversity and inclusion principles in delivery and demonstrate measurable progress against Welsh Government priorities for inclusive economic growth?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 2: Individualised Learning and Progression

Description

How will you deliver individualised learning and development support that reflects each participant’s prior experience, aspirations, and barriers to employment? Your response must include, but is not limited to:

• How will you conduct comprehensive assessments of individual participant needs and work collaboratively with them to co-design their personalised support plan, ensuring flexible pathways that lead to sustainable employment or progression into further learning?

• How will you deliver modular learning options and use blended learning approaches to meet diverse participant needs and maximise accessibility?

• How will you track participant progress and adapt interventions, including learning approaches and frequency and process for reviews, to improve engagement, retention and outcomes?

• How will you secure job opportunities and work placements that reflect each participant’s aspirations and needs, while ensuring alignment with present and future local labour market gaps and skills demand?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 3: Staff Development and Safeguarding Processes

Description

How will you ensure staff are fully equipped to support participants with diverse needs and uphold safeguarding standards throughout delivery? Your response must include, but is not limited to:

• How will you identify initial staff training needs and implement a comprehensive plan to ensure all staff are equipped to support participants to best industry standards, including ensuring equality and safeguarding and supporting diverse needs?

• How will you deliver ongoing professional development, incorporating specialist training including mental health, disability inclusion, supported employment, positive behaviour support, and provide opportunities for collaboration with external support agencies to maintain best practice?

• How will you ensure staff are fully trained, confident and equipped to identify safeguarding risks early and respond promptly in line with statutory guidance and best practice standards?

• How will you collaborate with external agencies and referral partners to ensure seamless safeguarding interventions and support?

• How will you monitor and review staff training and safeguarding practices and ensure governance across all delivery partners. Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 4: Data Management, Monitoring and Evaluation

Description

How will you implement robust systems to monitor participant progress, Programme effectiveness, and delivery outcomes while aligning with Welsh Government system requirements, ensuring data is provided accurately, in a timely manner and securely, whilst driving continuous improvement? Your response must include, but is not limited to:

• How will you ensure successful interface with Welsh Government data systems, maintain secure data exchange and demonstrate robust compliance with GDPR throughout Programme delivery?

• How will you ensure the accuracy and timeliness of data submitted?

• How will you identify, assess and manage risks associated with Programme delivery and data integrity? Explain how your monitoring and evaluation processes will actively support risk mitigation and continuous improvement.

• How will you use digital systems to monitor participant progress against agreed plans and Programme outcomes, and apply evaluation insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on Programme effectiveness and outcomes, including participant feedback, and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on equality and diversity outcomes and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 5: Employer Engagement and Job Creation

Description

How will you build strong employer partnerships across diverse sectors, including the third, voluntary and public sectors to secure sustainable job opportunities and work placements? Your response must include, but is not limited to:

• How will you actively build and maintain partnerships with employers across Welsh Government priority sectors (those driving green growth, digital transformation and inclusive economic growth) within private, third, voluntary and public sectors?

• How will you ensure safe and secure working conditions for participants in compliance with health and safety standards and safeguarding requirements?

• How will you tailor engagement and training to meet employer requirements while maintaining participant-focused delivery?

• How will you embed Fair Work principles across employer engagement activities and support employers to adopt inclusive practices including blind recruitment and supported employment?

• How will you collaborate with local and regional networks to maximise job opportunities and work placements and address present and future skills gaps with measurable results?

• How will you measure, track and report employer engagement outcomes, demonstrating clear alignment with Welsh Government priorities (green growth, digital transformation and inclusive economic growth), and use these insights to drive continuous improvement?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 6: Quality, Innovation, Risk Management and Value for Money

Description

How will you ensure consistent quality, manage risks, drive continuous improvement and deliver innovative, cost-effective approaches across all Programme elements, including (as applicable) sub

contractors and consortium partners? Your response must include, but is not limited to:

• How will you monitor delivery quality, uphold accountability and drive continuous improvement through robust quality assurance aligned with recognised standards and frameworks – including Estyn, Self-Assessment Reports (SAR), and Quality Development Plans (QDPs), while maintaining clear governance and accountability across all delivery partners? Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members.

• How will you gather feedback from participants and employers and use it to drive continuous improvements in delivery and quality?

• How will you identify, evaluate and manage delivery risks and implement contingency measures to maintain service continuity and safeguard delivery quality?

• How will you introduce innovative practices (e.g. digital tools, blended learning, data-driven decision-making, resource sharing) and use technology and alternative approaches to improve quality and cost effectiveness and how will you evaluate and monitor impacts?

• How will you develop and sustain a diverse and resilient supply chain, ensuring meaningful involvement, to meet participants needs?

• How will you collaborate with local and regional networks to strengthen delivery quality and share best practice, and actively advance Welsh Government priorities (green growth, digital transformation incorporating digital inclusion and inclusive economic growth underpinned by Fair Work principles)?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 7: Delivering Social Value

Description

Please identify and propose community and social benefits that can be attributed directly to this contract. How will you measure, report and evaluate social value contributions that are over and above those expected from delivery of the Employability Support Programme? Proposals must go beyond ‘business as usual’ activity and demonstrate added value that would not form part of your typical service delivery model.

Areas to focus on (as provided at Section 2 of the ITT Programme Specification, paragraph 13.4) include:

• Promoting Welsh language

• Encourage cultural inclusion

• Collaboration with supply chain (fostering local partnerships with SMEs, social enterprises and underrepresented groups)

Weighting: 10.00

Weighting type: percentageExact

Mid Wales and South-West Wales

Lot number: 2

Description

Mid Wales and South-West Wales- Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire, Powys, Swansea - approx. 28% of the contract. The intention is to appoint a maximum of 4 suppliers to the lot. The Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.

CPV classifications

  • 80310000 - Youth education services
  • 80300000 - Higher education services
  • 80500000 - Training services
  • 80400000 - Adult and other education services

Delivery regions

  • UKL24 - Powys
  • UKL17 - Bridgend and Neath Port Talbot
  • UKL18 - Swansea
  • UKL14 - South West Wales

Lot value (estimated)

190400000 GBP Excluding VAT

190400001 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 March 2027, 00:00AM

Contract end date (estimated)

31 March 2032, 23:59PM

Extension end date (estimated)

31 March 2035, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Contract Start: 1 March 2027

Contract Term: The term of the Contract Agreement is for 5 (five) years and 1 (one) calendar month (and with the option to award an extension of up to an additional 2 (two) years on a 1 (one) year plus 1 (one) year basis) (and a 1 (one) year run down). (5+2+1= 8 years)

Contract End: The Contract Agreement term ends on 31 March 2032

• Annual Programme Commissions will be awarded for 2027-28, 2028-29, 2029-30, 2030-31, 2031-32.

• If the Agreement is extended, a Programme Commission will be issued for 2032-33, and further Programme Commissions may be issued for 2033-34 and potentially for 2034-35.

Does the lot include options?

Yes

Description of options

To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government’s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice.

Services for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration.

Welsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation.

The total estimated procured contract value of £680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts.

Further details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents.

Throughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification. Changes to the Programme Specification will be implemented in accordance with the terms of the Contract.

The Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts – Initial and Additional) and as provided in the Contract.

The estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations.

The requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration.

Bidder(s) should note, the estimated procured total Programme value is subject to:

Annual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract) contingent on budget availability which is not guaranteed.

Modification clauses to activate the provision of Services (as set out at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract).

Due to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between £165 Million to £680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods).

Bidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment.

Bidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client.

See section 39 of the Specification- Changes to the Programme Specification.

Description of how multiple lots may be awarded

Lot 1 North Wales- Conwy, Denbighshire, Flintshire, Gwynedd, Isle of Anglesey, Wrexham- approx. 21% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot.

Lot 1 Total Procured Value (estimated)

142800000 GBP Excluding VAT

142800001 GBP Including VAT

Lot 2 Mid Wales and South-West Wales- Ceredigion, Powys, Carmarthenshire, Neath Port Talbot, Pembrokeshire, Swansea - approx. 28% of the contract. The intention is to appoint a maximum of 4 suppliers to the lot.

Lot 2 Total Procured Value (estimated)

190400000 GBP Excluding VAT

190400001 GBP Including VAT

Lot 3 South -East Wales- Blaenau Gwent, Caerphilly, Monmouthshire, Newport, Torfaen- approx. 19% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot.

Lot 3 Total Procured Value (estimated)

129200000 GBP Excluding VAT

129200001 GBP Including VAT

Lot 4 South -Central Wales -Bridgend, Cardiff, Merthyr Tydfil, Rhondda Cynon Taf, Vale of Glamorgan- approx. 32% of the contract. The intention is to appoint a maximum of 5 suppliers to the lot.

Lot 4 Total Procured Value (estimated)

217600000 GBP Excluding VAT

217600001 GBP Including VAT

• If an insufficient number of bidders satisfy the quality threshold, the contract allocation will be offered to less than the stated maximum number of bidders for the lot.

• If more than one bidder is ranked joint highest scoring bidder for a region, the contract will be offered to more than the stated maximum number of bidders for the lot.

• If there are no successful contractors for a region, the provision will be offered, in order of tender score outcomes (highest to lowest), to successful contractors from each of the other regions. In the unlikely event of no contractor accepting the offer, provision for that region will be re-procured.

WG may award multiple lots to the same supplier in accordance with the tender assessment criteria.

Participation

Conditions

Economic

Conditions of participation

Full details are stated in the tender documents.

Bidder(s) should respond on the eTenderWales portal:

• Complete the Qualification Response:

The Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).

The Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template.

Bidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

Only one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.

The Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT – Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

A Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.

• Complete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)

The Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT – Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

• Complete the AI Disclosure Questionnaire Response Template (non-scored)

The Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT – AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

To constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.

Conditions

Economic

Conditions of participation

Full details are stated in the tender documents.

Bidder(s) should respond on the eTenderWales portal:

• Complete the Qualification Response:

The Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).

The Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template.

Bidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

Only one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.

The Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT – Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

A Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.

• Complete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)

The Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT – Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

• Complete the AI Disclosure Questionnaire Response Template (non-scored)

The Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT – AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

To constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.

Award criteria

Type: quality

Name

Question 1: Inclusive Access and Engagement

Description

How will you embed equality, diversity and inclusion principles across Programme delivery, ensuring accessibility for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or community, people with LGBTQ+ identities), and demonstrate measurable impact in removing barriers to participation and achievement? Your response must include, but is not limited to:

• How will you deliver effective outreach and engagement approaches, including collaboration with referral partners and targeted strategies for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or communities, people with LGBTQ+ identities)?

• How will you provide reasonable adjustments and wraparound support to address barriers, and how will you monitor their effectiveness?

• How will you embed cultural inclusion that meets participant needs?

• How will you meet Welsh Language Standards and provide Welsh language and bilingual services that meet participant needs?

• How will you manage disengagement risks and deliver re-engagement strategies and how will you monitor their effectiveness?

• How will you tailor delivery to local needs and implement inclusive coverage across all geographical locations, including Hard to Reach Areas (as defined in section 1 of the ITT, Instruction to Bidders) for the Regional Lot?

• How will you embed equality, diversity and inclusion principles in delivery and demonstrate measurable progress against Welsh Government priorities for inclusive economic growth?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 2: Individualised Learning and Progression

Description

How will you deliver individualised learning and development support that reflects each participant’s prior experience, aspirations, and barriers to employment? Your response must include, but is not limited to:

• How will you conduct comprehensive assessments of individual participant needs and work collaboratively with them to co-design their personalised support plan, ensuring flexible pathways that lead to sustainable employment or progression into further learning?

• How will you deliver modular learning options and use blended learning approaches to meet diverse participant needs and maximise accessibility?

• How will you track participant progress and adapt interventions, including learning approaches and frequency and process for reviews, to improve engagement, retention and outcomes?

• How will you secure job opportunities and work placements that reflect each participant’s aspirations and needs, while ensuring alignment with present and future local labour market gaps and skills demand?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 3: Staff Development and Safeguarding Processes

Description

How will you ensure staff are fully equipped to support participants with diverse needs and uphold safeguarding standards throughout delivery? Your response must include, but is not limited to:

• How will you identify initial staff training needs and implement a comprehensive plan to ensure all staff are equipped to support participants to best industry standards, including ensuring equality and safeguarding and supporting diverse needs?

• How will you deliver ongoing professional development, incorporating specialist training including mental health, disability inclusion, supported employment, positive behaviour support, and provide opportunities for collaboration with external support agencies to maintain best practice?

• How will you ensure staff are fully trained, confident and equipped to identify safeguarding risks early and respond promptly in line with statutory guidance and best practice standards?

• How will you collaborate with external agencies and referral partners to ensure seamless safeguarding interventions and support?

• How will you monitor and review staff training and safeguarding practices and ensure governance across all delivery partners. Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 4: Data Management, Monitoring and Evaluation

Description

How will you implement robust systems to monitor participant progress, Programme effectiveness, and delivery outcomes while aligning with Welsh Government system requirements, ensuring data is provided accurately, in a timely manner and securely, whilst driving continuous improvement? Your response must include, but is not limited to:

• How will you ensure successful interface with Welsh Government data systems, maintain secure data exchange and demonstrate robust compliance with GDPR throughout Programme delivery?

• How will you ensure the accuracy and timeliness of data submitted?

• How will you identify, assess and manage risks associated with Programme delivery and data integrity? Explain how your monitoring and evaluation processes will actively support risk mitigation and continuous improvement.

• How will you use digital systems to monitor participant progress against agreed plans and Programme outcomes, and apply evaluation insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on Programme effectiveness and outcomes, including participant feedback, and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on equality and diversity outcomes and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 5: Employer Engagement and Job Creation

Description

How will you build strong employer partnerships across diverse sectors, including the third, voluntary and public sectors to secure sustainable job opportunities and work placements? Your response must include, but is not limited to:

• How will you actively build and maintain partnerships with employers across Welsh Government priority sectors (those driving green growth, digital transformation and inclusive economic growth) within private, third, voluntary and public sectors?

• How will you ensure safe and secure working conditions for participants in compliance with health and safety standards and safeguarding requirements?

• How will you tailor engagement and training to meet employer requirements while maintaining participant-focused delivery?

• How will you embed Fair Work principles across employer engagement activities and support employers to adopt inclusive practices including blind recruitment and supported employment?

• How will you collaborate with local and regional networks to maximise job opportunities and work placements and address present and future skills gaps with measurable results?

• How will you measure, track and report employer engagement outcomes, demonstrating clear alignment with Welsh Government priorities (green growth, digital transformation and inclusive economic growth), and use these insights to drive continuous improvement?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 6: Quality, Innovation, Risk Management and Value for Money

Description

How will you ensure consistent quality, manage risks, drive continuous improvement and deliver innovative, cost-effective approaches across all Programme elements, including (as applicable) sub

contractors and consortium partners? Your response must include, but is not limited to:

• How will you monitor delivery quality, uphold accountability and drive continuous improvement through robust quality assurance aligned with recognised standards and frameworks – including Estyn, Self-Assessment Reports (SAR), and Quality Development Plans (QDPs), while maintaining clear governance and accountability across all delivery partners? Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members.

• How will you gather feedback from participants and employers and use it to drive continuous improvements in delivery and quality?

• How will you identify, evaluate and manage delivery risks and implement contingency measures to maintain service continuity and safeguard delivery quality?

• How will you introduce innovative practices (e.g. digital tools, blended learning, data-driven decision-making, resource sharing) and use technology and alternative approaches to improve quality and cost effectiveness and how will you evaluate and monitor impacts?

• How will you develop and sustain a diverse and resilient supply chain, ensuring meaningful involvement, to meet participants needs?

• How will you collaborate with local and regional networks to strengthen delivery quality and share best practice, and actively advance Welsh Government priorities (green growth, digital transformation incorporating digital inclusion and inclusive economic growth underpinned by Fair Work principles)?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 7: Delivering Social Value

Description

Please identify and propose community and social benefits that can be attributed directly to this contract. How will you measure, report and evaluate social value contributions that are over and above those expected from delivery of the Employability Support Programme? Proposals must go beyond ‘business as usual’ activity and demonstrate added value that would not form part of your typical service delivery model.

Areas to focus on (as provided at Section 2 of the ITT Programme Specification, paragraph 13.4) include:

• Promoting Welsh language

• Encourage cultural inclusion

• Collaboration with supply chain (fostering local partnerships with SMEs, social enterprises and underrepresented groups)

Weighting: 10.00

Weighting type: percentageExact

Award criteria

Type: quality

Name

Question 1: Inclusive Access and Engagement

Description

How will you embed equality, diversity and inclusion principles across Programme delivery, ensuring accessibility for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or community, people with LGBTQ+ identities), and demonstrate measurable impact in removing barriers to participation and achievement? Your response must include, but is not limited to:

• How will you deliver effective outreach and engagement approaches, including collaboration with referral partners and targeted strategies for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or communities, people with LGBTQ+ identities)?

• How will you provide reasonable adjustments and wraparound support to address barriers, and how will you monitor their effectiveness?

• How will you embed cultural inclusion that meets participant needs?

• How will you meet Welsh Language Standards and provide Welsh language and bilingual services that meet participant needs?

• How will you manage disengagement risks and deliver re-engagement strategies and how will you monitor their effectiveness?

• How will you tailor delivery to local needs and implement inclusive coverage across all geographical locations, including Hard to Reach Areas (as defined in section 1 of the ITT, Instruction to Bidders) for the Regional Lot?

• How will you embed equality, diversity and inclusion principles in delivery and demonstrate measurable progress against Welsh Government priorities for inclusive economic growth?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 2: Individualised Learning and Progression

Description

How will you deliver individualised learning and development support that reflects each participant’s prior experience, aspirations, and barriers to employment? Your response must include, but is not limited to:

• How will you conduct comprehensive assessments of individual participant needs and work collaboratively with them to co-design their personalised support plan, ensuring flexible pathways that lead to sustainable employment or progression into further learning?

• How will you deliver modular learning options and use blended learning approaches to meet diverse participant needs and maximise accessibility?

• How will you track participant progress and adapt interventions, including learning approaches and frequency and process for reviews, to improve engagement, retention and outcomes?

• How will you secure job opportunities and work placements that reflect each participant’s aspirations and needs, while ensuring alignment with present and future local labour market gaps and skills demand?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 3: Staff Development and Safeguarding Processes

Description

How will you ensure staff are fully equipped to support participants with diverse needs and uphold safeguarding standards throughout delivery? Your response must include, but is not limited to:

• How will you identify initial staff training needs and implement a comprehensive plan to ensure all staff are equipped to support participants to best industry standards, including ensuring equality and safeguarding and supporting diverse needs?

• How will you deliver ongoing professional development, incorporating specialist training including mental health, disability inclusion, supported employment, positive behaviour support, and provide opportunities for collaboration with external support agencies to maintain best practice?

• How will you ensure staff are fully trained, confident and equipped to identify safeguarding risks early and respond promptly in line with statutory guidance and best practice standards?

• How will you collaborate with external agencies and referral partners to ensure seamless safeguarding interventions and support?

• How will you monitor and review staff training and safeguarding practices and ensure governance across all delivery partners. Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 4: Data Management, Monitoring and Evaluation

Description

How will you implement robust systems to monitor participant progress, Programme effectiveness, and delivery outcomes while aligning with Welsh Government system requirements, ensuring data is provided accurately, in a timely manner and securely, whilst driving continuous improvement? Your response must include, but is not limited to:

• How will you ensure successful interface with Welsh Government data systems, maintain secure data exchange and demonstrate robust compliance with GDPR throughout Programme delivery?

• How will you ensure the accuracy and timeliness of data submitted?

• How will you identify, assess and manage risks associated with Programme delivery and data integrity? Explain how your monitoring and evaluation processes will actively support risk mitigation and continuous improvement.

• How will you use digital systems to monitor participant progress against agreed plans and Programme outcomes, and apply evaluation insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on Programme effectiveness and outcomes, including participant feedback, and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on equality and diversity outcomes and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 5: Employer Engagement and Job Creation

Description

How will you build strong employer partnerships across diverse sectors, including the third, voluntary and public sectors to secure sustainable job opportunities and work placements? Your response must include, but is not limited to:

• How will you actively build and maintain partnerships with employers across Welsh Government priority sectors (those driving green growth, digital transformation and inclusive economic growth) within private, third, voluntary and public sectors?

• How will you ensure safe and secure working conditions for participants in compliance with health and safety standards and safeguarding requirements?

• How will you tailor engagement and training to meet employer requirements while maintaining participant-focused delivery?

• How will you embed Fair Work principles across employer engagement activities and support employers to adopt inclusive practices including blind recruitment and supported employment?

• How will you collaborate with local and regional networks to maximise job opportunities and work placements and address present and future skills gaps with measurable results?

• How will you measure, track and report employer engagement outcomes, demonstrating clear alignment with Welsh Government priorities (green growth, digital transformation and inclusive economic growth), and use these insights to drive continuous improvement?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 6: Quality, Innovation, Risk Management and Value for Money

Description

How will you ensure consistent quality, manage risks, drive continuous improvement and deliver innovative, cost-effective approaches across all Programme elements, including (as applicable) sub

contractors and consortium partners? Your response must include, but is not limited to:

• How will you monitor delivery quality, uphold accountability and drive continuous improvement through robust quality assurance aligned with recognised standards and frameworks – including Estyn, Self-Assessment Reports (SAR), and Quality Development Plans (QDPs), while maintaining clear governance and accountability across all delivery partners? Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members.

• How will you gather feedback from participants and employers and use it to drive continuous improvements in delivery and quality?

• How will you identify, evaluate and manage delivery risks and implement contingency measures to maintain service continuity and safeguard delivery quality?

• How will you introduce innovative practices (e.g. digital tools, blended learning, data-driven decision-making, resource sharing) and use technology and alternative approaches to improve quality and cost effectiveness and how will you evaluate and monitor impacts?

• How will you develop and sustain a diverse and resilient supply chain, ensuring meaningful involvement, to meet participants needs?

• How will you collaborate with local and regional networks to strengthen delivery quality and share best practice, and actively advance Welsh Government priorities (green growth, digital transformation incorporating digital inclusion and inclusive economic growth underpinned by Fair Work principles)?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 7: Delivering Social Value

Description

Please identify and propose community and social benefits that can be attributed directly to this contract. How will you measure, report and evaluate social value contributions that are over and above those expected from delivery of the Employability Support Programme? Proposals must go beyond ‘business as usual’ activity and demonstrate added value that would not form part of your typical service delivery model.

Areas to focus on (as provided at Section 2 of the ITT Programme Specification, paragraph 13.4) include:

• Promoting Welsh language

• Encourage cultural inclusion

• Collaboration with supply chain (fostering local partnerships with SMEs, social enterprises and underrepresented groups)

Weighting: 10.00

Weighting type: percentageExact

South -East Wales

Lot number: 3

Description

South -East Wales- Blaenau Gwent, Caerphilly, Monmouthshire, Newport, Torfaen- approx. 19%. The intention is to appoint a maximum of 3 suppliers to the lot.

The Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.

CPV classifications

  • 80310000 - Youth education services
  • 80300000 - Higher education services
  • 80500000 - Training services
  • 80400000 - Adult and other education services

Delivery regions

  • UKL16 - Gwent Valleys
  • UKL21 - Monmouthshire and Newport
  • UKL15 - Central Valleys

Lot value (estimated)

129200000 GBP Excluding VAT

129200001 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 March 2027, 00:00AM

Contract end date (estimated)

31 March 2032, 23:59PM

Extension end date (estimated)

31 March 2035, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Contract Start: 1 March 2027

Contract Term: The term of the Contract Agreement is for 5 (five) years and 1 (one) calendar month (and with the option to award an extension of up to an additional 2 (two) years on a 1 (one) year plus 1 (one) year basis) (and a 1 (one) year run down). (5+2+1= 8 years)

Contract End: The Contract Agreement term ends on 31 March 2032

• Annual Programme Commissions will be awarded for 2027-28, 2028-29, 2029-30, 2030-31, 2031-32.

• If the Agreement is extended, a Programme Commission will be issued for 2032-33, and further Programme Commissions may be issued for 2033-34 and potentially for 2034-35.

Does the lot include options?

Yes

Description of options

To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government’s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice.

Services for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration.

Welsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation.

The total estimated procured contract value of £680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts.

Further details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents.

Throughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification. Changes to the Programme Specification will be implemented in accordance with the terms of the Contract.

The Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts – Initial and Additional) and as provided in the Contract.

The estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations.

The requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration.

Bidder(s) should note, the estimated procured total Programme value is subject to:

Annual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract) contingent on budget availability which is not guaranteed.

Modification clauses to activate the provision of Services (as set out at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract).

Due to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between £165 Million to £680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods).

Bidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment.

Bidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client.

See section 39 of the Specification- Changes to the Programme Specification.

Description of how multiple lots may be awarded

Lot 1 North Wales- Conwy, Denbighshire, Flintshire, Gwynedd, Isle of Anglesey, Wrexham- approx. 21% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot.

Lot 1 Total Procured Value (estimated)

142800000 GBP Excluding VAT

142800001 GBP Including VAT

Lot 2 Mid Wales and South-West Wales- Ceredigion, Powys, Carmarthenshire, Neath Port Talbot, Pembrokeshire, Swansea - approx. 28% of the contract. The intention is to appoint a maximum of 4 suppliers to the lot.

Lot 2 Total Procured Value (estimated)

190400000 GBP Excluding VAT

190400001 GBP Including VAT

Lot 3 South -East Wales- Blaenau Gwent, Caerphilly, Monmouthshire, Newport, Torfaen- approx. 19% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot.

Lot 3 Total Procured Value (estimated)

129200000 GBP Excluding VAT

129200001 GBP Including VAT

Lot 4 South -Central Wales -Bridgend, Cardiff, Merthyr Tydfil, Rhondda Cynon Taf, Vale of Glamorgan- approx. 32% of the contract. The intention is to appoint a maximum of 5 suppliers to the lot.

Lot 4 Total Procured Value (estimated)

217600000 GBP Excluding VAT

217600001 GBP Including VAT

• If an insufficient number of bidders satisfy the quality threshold, the contract allocation will be offered to less than the stated maximum number of bidders for the lot.

• If more than one bidder is ranked joint highest scoring bidder for a region, the contract will be offered to more than the stated maximum number of bidders for the lot.

• If there are no successful contractors for a region, the provision will be offered, in order of tender score outcomes (highest to lowest), to successful contractors from each of the other regions. In the unlikely event of no contractor accepting the offer, provision for that region will be re-procured.

WG may award multiple lots to the same supplier in accordance with the tender assessment criteria.

Participation

Conditions

Economic

Conditions of participation

Full details are stated in the tender documents.

Bidder(s) should respond on the eTenderWales portal:

• Complete the Qualification Response:

The Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).

The Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template.

Bidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

Only one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.

The Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT – Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

A Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.

• Complete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)

The Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT – Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

• Complete the AI Disclosure Questionnaire Response Template (non-scored)

The Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT – AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

To constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.

Conditions

Economic

Conditions of participation

Full details are stated in the tender documents.

Bidder(s) should respond on the eTenderWales portal:

• Complete the Qualification Response:

The Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).

The Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template.

Bidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

Only one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.

The Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT – Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

A Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.

• Complete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)

The Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT – Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

• Complete the AI Disclosure Questionnaire Response Template (non-scored)

The Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT – AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

To constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.

Award criteria

Type: quality

Name

Question 1: Inclusive Access and Engagement

Description

How will you embed equality, diversity and inclusion principles across Programme delivery, ensuring accessibility for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or community, people with LGBTQ+ identities), and demonstrate measurable impact in removing barriers to participation and achievement? Your response must include, but is not limited to:

• How will you deliver effective outreach and engagement approaches, including collaboration with referral partners and targeted strategies for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or communities, people with LGBTQ+ identities)?

• How will you provide reasonable adjustments and wraparound support to address barriers, and how will you monitor their effectiveness?

• How will you embed cultural inclusion that meets participant needs?

• How will you meet Welsh Language Standards and provide Welsh language and bilingual services that meet participant needs?

• How will you manage disengagement risks and deliver re-engagement strategies and how will you monitor their effectiveness?

• How will you tailor delivery to local needs and implement inclusive coverage across all geographical locations, including Hard to Reach Areas (as defined in section 1 of the ITT, Instruction to Bidders) for the Regional Lot?

• How will you embed equality, diversity and inclusion principles in delivery and demonstrate measurable progress against Welsh Government priorities for inclusive economic growth?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 2: Individualised Learning and Progression

Description

How will you deliver individualised learning and development support that reflects each participant’s prior experience, aspirations, and barriers to employment? Your response must include, but is not limited to:

• How will you conduct comprehensive assessments of individual participant needs and work collaboratively with them to co-design their personalised support plan, ensuring flexible pathways that lead to sustainable employment or progression into further learning?

• How will you deliver modular learning options and use blended learning approaches to meet diverse participant needs and maximise accessibility?

• How will you track participant progress and adapt interventions, including learning approaches and frequency and process for reviews, to improve engagement, retention and outcomes?

• How will you secure job opportunities and work placements that reflect each participant’s aspirations and needs, while ensuring alignment with present and future local labour market gaps and skills demand?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 3: Staff Development and Safeguarding Processes

Description

How will you ensure staff are fully equipped to support participants with diverse needs and uphold safeguarding standards throughout delivery? Your response must include, but is not limited to:

• How will you identify initial staff training needs and implement a comprehensive plan to ensure all staff are equipped to support participants to best industry standards, including ensuring equality and safeguarding and supporting diverse needs?

• How will you deliver ongoing professional development, incorporating specialist training including mental health, disability inclusion, supported employment, positive behaviour support, and provide opportunities for collaboration with external support agencies to maintain best practice?

• How will you ensure staff are fully trained, confident and equipped to identify safeguarding risks early and respond promptly in line with statutory guidance and best practice standards?

• How will you collaborate with external agencies and referral partners to ensure seamless safeguarding interventions and support?

• How will you monitor and review staff training and safeguarding practices and ensure governance across all delivery partners. Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 4: Data Management, Monitoring and Evaluation

Description

How will you implement robust systems to monitor participant progress, Programme effectiveness, and delivery outcomes while aligning with Welsh Government system requirements, ensuring data is provided accurately, in a timely manner and securely, whilst driving continuous improvement? Your response must include, but is not limited to:

• How will you ensure successful interface with Welsh Government data systems, maintain secure data exchange and demonstrate robust compliance with GDPR throughout Programme delivery?

• How will you ensure the accuracy and timeliness of data submitted?

• How will you identify, assess and manage risks associated with Programme delivery and data integrity? Explain how your monitoring and evaluation processes will actively support risk mitigation and continuous improvement.

• How will you use digital systems to monitor participant progress against agreed plans and Programme outcomes, and apply evaluation insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on Programme effectiveness and outcomes, including participant feedback, and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on equality and diversity outcomes and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 5: Employer Engagement and Job Creation

Description

How will you build strong employer partnerships across diverse sectors, including the third, voluntary and public sectors to secure sustainable job opportunities and work placements? Your response must include, but is not limited to:

• How will you actively build and maintain partnerships with employers across Welsh Government priority sectors (those driving green growth, digital transformation and inclusive economic growth) within private, third, voluntary and public sectors?

• How will you ensure safe and secure working conditions for participants in compliance with health and safety standards and safeguarding requirements?

• How will you tailor engagement and training to meet employer requirements while maintaining participant-focused delivery?

• How will you embed Fair Work principles across employer engagement activities and support employers to adopt inclusive practices including blind recruitment and supported employment?

• How will you collaborate with local and regional networks to maximise job opportunities and work placements and address present and future skills gaps with measurable results?

• How will you measure, track and report employer engagement outcomes, demonstrating clear alignment with Welsh Government priorities (green growth, digital transformation and inclusive economic growth), and use these insights to drive continuous improvement?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 6: Quality, Innovation, Risk Management and Value for Money

Description

How will you ensure consistent quality, manage risks, drive continuous improvement and deliver innovative, cost-effective approaches across all Programme elements, including (as applicable) sub

contractors and consortium partners? Your response must include, but is not limited to:

• How will you monitor delivery quality, uphold accountability and drive continuous improvement through robust quality assurance aligned with recognised standards and frameworks – including Estyn, Self-Assessment Reports (SAR), and Quality Development Plans (QDPs), while maintaining clear governance and accountability across all delivery partners? Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members.

• How will you gather feedback from participants and employers and use it to drive continuous improvements in delivery and quality?

• How will you identify, evaluate and manage delivery risks and implement contingency measures to maintain service continuity and safeguard delivery quality?

• How will you introduce innovative practices (e.g. digital tools, blended learning, data-driven decision-making, resource sharing) and use technology and alternative approaches to improve quality and cost effectiveness and how will you evaluate and monitor impacts?

• How will you develop and sustain a diverse and resilient supply chain, ensuring meaningful involvement, to meet participants needs?

• How will you collaborate with local and regional networks to strengthen delivery quality and share best practice, and actively advance Welsh Government priorities (green growth, digital transformation incorporating digital inclusion and inclusive economic growth underpinned by Fair Work principles)?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 7: Delivering Social Value

Description

Please identify and propose community and social benefits that can be attributed directly to this contract. How will you measure, report and evaluate social value contributions that are over and above those expected from delivery of the Employability Support Programme? Proposals must go beyond ‘business as usual’ activity and demonstrate added value that would not form part of your typical service delivery model.

Areas to focus on (as provided at Section 2 of the ITT Programme Specification, paragraph 13.4) include:

• Promoting Welsh language

• Encourage cultural inclusion

• Collaboration with supply chain (fostering local partnerships with SMEs, social enterprises and underrepresented groups)

Weighting: 10.00

Weighting type: percentageExact

Award criteria

Type: quality

Name

Question 1: Inclusive Access and Engagement

Description

How will you embed equality, diversity and inclusion principles across Programme delivery, ensuring accessibility for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or community, people with LGBTQ+ identities), and demonstrate measurable impact in removing barriers to participation and achievement? Your response must include, but is not limited to:

• How will you deliver effective outreach and engagement approaches, including collaboration with referral partners and targeted strategies for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or communities, people with LGBTQ+ identities)?

• How will you provide reasonable adjustments and wraparound support to address barriers, and how will you monitor their effectiveness?

• How will you embed cultural inclusion that meets participant needs?

• How will you meet Welsh Language Standards and provide Welsh language and bilingual services that meet participant needs?

• How will you manage disengagement risks and deliver re-engagement strategies and how will you monitor their effectiveness?

• How will you tailor delivery to local needs and implement inclusive coverage across all geographical locations, including Hard to Reach Areas (as defined in section 1 of the ITT, Instruction to Bidders) for the Regional Lot?

• How will you embed equality, diversity and inclusion principles in delivery and demonstrate measurable progress against Welsh Government priorities for inclusive economic growth?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 2: Individualised Learning and Progression

Description

How will you deliver individualised learning and development support that reflects each participant’s prior experience, aspirations, and barriers to employment? Your response must include, but is not limited to:

• How will you conduct comprehensive assessments of individual participant needs and work collaboratively with them to co-design their personalised support plan, ensuring flexible pathways that lead to sustainable employment or progression into further learning?

• How will you deliver modular learning options and use blended learning approaches to meet diverse participant needs and maximise accessibility?

• How will you track participant progress and adapt interventions, including learning approaches and frequency and process for reviews, to improve engagement, retention and outcomes?

• How will you secure job opportunities and work placements that reflect each participant’s aspirations and needs, while ensuring alignment with present and future local labour market gaps and skills demand?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 3: Staff Development and Safeguarding Processes

Description

How will you ensure staff are fully equipped to support participants with diverse needs and uphold safeguarding standards throughout delivery? Your response must include, but is not limited to:

• How will you identify initial staff training needs and implement a comprehensive plan to ensure all staff are equipped to support participants to best industry standards, including ensuring equality and safeguarding and supporting diverse needs?

• How will you deliver ongoing professional development, incorporating specialist training including mental health, disability inclusion, supported employment, positive behaviour support, and provide opportunities for collaboration with external support agencies to maintain best practice?

• How will you ensure staff are fully trained, confident and equipped to identify safeguarding risks early and respond promptly in line with statutory guidance and best practice standards?

• How will you collaborate with external agencies and referral partners to ensure seamless safeguarding interventions and support?

• How will you monitor and review staff training and safeguarding practices and ensure governance across all delivery partners. Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 4: Data Management, Monitoring and Evaluation

Description

How will you implement robust systems to monitor participant progress, Programme effectiveness, and delivery outcomes while aligning with Welsh Government system requirements, ensuring data is provided accurately, in a timely manner and securely, whilst driving continuous improvement? Your response must include, but is not limited to:

• How will you ensure successful interface with Welsh Government data systems, maintain secure data exchange and demonstrate robust compliance with GDPR throughout Programme delivery?

• How will you ensure the accuracy and timeliness of data submitted?

• How will you identify, assess and manage risks associated with Programme delivery and data integrity? Explain how your monitoring and evaluation processes will actively support risk mitigation and continuous improvement.

• How will you use digital systems to monitor participant progress against agreed plans and Programme outcomes, and apply evaluation insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on Programme effectiveness and outcomes, including participant feedback, and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on equality and diversity outcomes and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 5: Employer Engagement and Job Creation

Description

How will you build strong employer partnerships across diverse sectors, including the third, voluntary and public sectors to secure sustainable job opportunities and work placements? Your response must include, but is not limited to:

• How will you actively build and maintain partnerships with employers across Welsh Government priority sectors (those driving green growth, digital transformation and inclusive economic growth) within private, third, voluntary and public sectors?

• How will you ensure safe and secure working conditions for participants in compliance with health and safety standards and safeguarding requirements?

• How will you tailor engagement and training to meet employer requirements while maintaining participant-focused delivery?

• How will you embed Fair Work principles across employer engagement activities and support employers to adopt inclusive practices including blind recruitment and supported employment?

• How will you collaborate with local and regional networks to maximise job opportunities and work placements and address present and future skills gaps with measurable results?

• How will you measure, track and report employer engagement outcomes, demonstrating clear alignment with Welsh Government priorities (green growth, digital transformation and inclusive economic growth), and use these insights to drive continuous improvement?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 6: Quality, Innovation, Risk Management and Value for Money

Description

How will you ensure consistent quality, manage risks, drive continuous improvement and deliver innovative, cost-effective approaches across all Programme elements, including (as applicable) sub

contractors and consortium partners? Your response must include, but is not limited to:

• How will you monitor delivery quality, uphold accountability and drive continuous improvement through robust quality assurance aligned with recognised standards and frameworks – including Estyn, Self-Assessment Reports (SAR), and Quality Development Plans (QDPs), while maintaining clear governance and accountability across all delivery partners? Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members.

• How will you gather feedback from participants and employers and use it to drive continuous improvements in delivery and quality?

• How will you identify, evaluate and manage delivery risks and implement contingency measures to maintain service continuity and safeguard delivery quality?

• How will you introduce innovative practices (e.g. digital tools, blended learning, data-driven decision-making, resource sharing) and use technology and alternative approaches to improve quality and cost effectiveness and how will you evaluate and monitor impacts?

• How will you develop and sustain a diverse and resilient supply chain, ensuring meaningful involvement, to meet participants needs?

• How will you collaborate with local and regional networks to strengthen delivery quality and share best practice, and actively advance Welsh Government priorities (green growth, digital transformation incorporating digital inclusion and inclusive economic growth underpinned by Fair Work principles)?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 7: Delivering Social Value

Description

Please identify and propose community and social benefits that can be attributed directly to this contract. How will you measure, report and evaluate social value contributions that are over and above those expected from delivery of the Employability Support Programme? Proposals must go beyond ‘business as usual’ activity and demonstrate added value that would not form part of your typical service delivery model.

Areas to focus on (as provided at Section 2 of the ITT Programme Specification, paragraph 13.4) include:

• Promoting Welsh language

• Encourage cultural inclusion

• Collaboration with supply chain (fostering local partnerships with SMEs, social enterprises and underrepresented groups)

Weighting: 10.00

Weighting type: percentageExact

South -Central Wales

Lot number: 4

Description

South -Central Wales - Bridgend, Cardiff, Merthyr Tydfil, Rhondda Cynon Taf, Vale of Glamorgan- approx. 32% of the contract. The intention is to appoint a maximum of 5 suppliers to the lot.

The Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.

CPV classifications

  • 80310000 - Youth education services
  • 80300000 - Higher education services
  • 80500000 - Training services
  • 80400000 - Adult and other education services

Delivery regions

  • UKL22 - Cardiff and Vale of Glamorgan
  • UKL15 - Central Valleys
  • UKL16 - Gwent Valleys

Lot value (estimated)

217600000 GBP Excluding VAT

217600001 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

01 March 2027, 00:00AM

Contract end date (estimated)

31 March 2032, 23:59PM

Extension end date (estimated)

21 March 2035, 23:59PM

Can the contract be extended?

Yes

Description of extensions

Contract Start: 1 March 2027

Contract Term: The term of the Contract Agreement is for 5 (five) years and 1 (one) calendar month (and with the option to award an extension of up to an additional 2 (two) years on a 1 (one) year plus 1 (one) year basis) (and a 1 (one) year run down). (5+2+1= 8 years)

Contract End: The Contract Agreement term ends on 31 March 2032

• Annual Programme Commissions will be awarded for 2027-28, 2028-29, 2029-30, 2030-31, 2031-32.

• If the Agreement is extended, a Programme Commission will be issued for 2032-33, and further Programme Commissions may be issued for 2033-34 and potentially for 2034-35.

Does the lot include options?

Yes

Description of options

To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government’s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice.

Services for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration.

Welsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation.

The total estimated procured contract value of £680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts.

Further details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents.

Throughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification. Changes to the Programme Specification will be implemented in accordance with the terms of the Contract.

The Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts – Initial and Additional) and as provided in the Contract.

The estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations.

The requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration.

Bidder(s) should note, the estimated procured total Programme value is subject to:

Annual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract) contingent on budget availability which is not guaranteed.

Modification clauses to activate the provision of Services (as set out at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract).

Due to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between £165 Million to £680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods).

Bidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment.

Bidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client.

See section 39 of the Specification- Changes to the Programme Specification.

Description of how multiple lots may be awarded

Lot 1 North Wales- Conwy, Denbighshire, Flintshire, Gwynedd, Isle of Anglesey, Wrexham- approx. 21% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot.

Lot 1 Total Procured Value (estimated)

142800000 GBP Excluding VAT

142800001 GBP Including VAT

Lot 2 Mid Wales and South-West Wales- Ceredigion, Powys, Carmarthenshire, Neath Port Talbot, Pembrokeshire, Swansea - approx. 28% of the contract. The intention is to appoint a maximum of 4 suppliers to the lot.

Lot 2 Total Procured Value (estimated)

190400000 GBP Excluding VAT

190400001 GBP Including VAT

Lot 3 South -East Wales- Blaenau Gwent, Caerphilly, Monmouthshire, Newport, Torfaen- approx. 19% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot.

Lot 3 Total Procured Value (estimated)

129200000 GBP Excluding VAT

129200001 GBP Including VAT

Lot 4 South -Central Wales -Bridgend, Cardiff, Merthyr Tydfil, Rhondda Cynon Taf, Vale of Glamorgan- approx. 32% of the contract. The intention is to appoint a maximum of 5 suppliers to the lot.

Lot 4 Total Procured Value (estimated)

217600000 GBP Excluding VAT

217600001 GBP Including VAT

• If an insufficient number of bidders satisfy the quality threshold, the contract allocation will be offered to less than the stated maximum number of bidders for the lot.

• If more than one bidder is ranked joint highest scoring bidder for a region, the contract will be offered to more than the stated maximum number of bidders for the lot.

• If there are no successful contractors for a region, the provision will be offered, in order of tender score outcomes (highest to lowest), to successful contractors from each of the other regions. In the unlikely event of no contractor accepting the offer, provision for that region will be re-procured.

WG may award multiple lots to the same supplier in accordance with the tender assessment criteria.

Participation

Conditions

Economic

Conditions of participation

Full details are stated in the tender documents.

Bidder(s) should respond on the eTenderWales portal:

• Complete the Qualification Response:

The Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).

The Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template.

Bidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

Only one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.

The Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT – Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

A Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.

• Complete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)

The Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT – Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

• Complete the AI Disclosure Questionnaire Response Template (non-scored)

The Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT – AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

To constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.

Conditions

Economic

Conditions of participation

Full details are stated in the tender documents.

Bidder(s) should respond on the eTenderWales portal:

• Complete the Qualification Response:

The Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).

The Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template.

Bidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

Only one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.

The Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT – Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.

A Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.

Bids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.

• Complete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)

The Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT – Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

• Complete the AI Disclosure Questionnaire Response Template (non-scored)

The Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT – AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.

Only one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.

To constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.

Award criteria

Type: quality

Name

Question 1: Inclusive Access and Engagement

Description

How will you embed equality, diversity and inclusion principles across Programme delivery, ensuring accessibility for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or community, people with LGBTQ+ identities), and demonstrate measurable impact in removing barriers to participation and achievement? Your response must include, but is not limited to:

• How will you deliver effective outreach and engagement approaches, including collaboration with referral partners and targeted strategies for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or communities, people with LGBTQ+ identities)?

• How will you provide reasonable adjustments and wraparound support to address barriers, and how will you monitor their effectiveness?

• How will you embed cultural inclusion that meets participant needs?

• How will you meet Welsh Language Standards and provide Welsh language and bilingual services that meet participant needs?

• How will you manage disengagement risks and deliver re-engagement strategies and how will you monitor their effectiveness?

• How will you tailor delivery to local needs and implement inclusive coverage across all geographical locations, including Hard to Reach Areas (as defined in section 1 of the ITT, Instruction to Bidders) for the Regional Lot?

• How will you embed equality, diversity and inclusion principles in delivery and demonstrate measurable progress against Welsh Government priorities for inclusive economic growth?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 2: Individualised Learning and Progression

Description

How will you deliver individualised learning and development support that reflects each participant’s prior experience, aspirations, and barriers to employment? Your response must include, but is not limited to:

• How will you conduct comprehensive assessments of individual participant needs and work collaboratively with them to co-design their personalised support plan, ensuring flexible pathways that lead to sustainable employment or progression into further learning?

• How will you deliver modular learning options and use blended learning approaches to meet diverse participant needs and maximise accessibility?

• How will you track participant progress and adapt interventions, including learning approaches and frequency and process for reviews, to improve engagement, retention and outcomes?

• How will you secure job opportunities and work placements that reflect each participant’s aspirations and needs, while ensuring alignment with present and future local labour market gaps and skills demand?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 3: Staff Development and Safeguarding Processes

Description

How will you ensure staff are fully equipped to support participants with diverse needs and uphold safeguarding standards throughout delivery? Your response must include, but is not limited to:

• How will you identify initial staff training needs and implement a comprehensive plan to ensure all staff are equipped to support participants to best industry standards, including ensuring equality and safeguarding and supporting diverse needs?

• How will you deliver ongoing professional development, incorporating specialist training including mental health, disability inclusion, supported employment, positive behaviour support, and provide opportunities for collaboration with external support agencies to maintain best practice?

• How will you ensure staff are fully trained, confident and equipped to identify safeguarding risks early and respond promptly in line with statutory guidance and best practice standards?

• How will you collaborate with external agencies and referral partners to ensure seamless safeguarding interventions and support?

• How will you monitor and review staff training and safeguarding practices and ensure governance across all delivery partners. Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 4: Data Management, Monitoring and Evaluation

Description

How will you implement robust systems to monitor participant progress, Programme effectiveness, and delivery outcomes while aligning with Welsh Government system requirements, ensuring data is provided accurately, in a timely manner and securely, whilst driving continuous improvement? Your response must include, but is not limited to:

• How will you ensure successful interface with Welsh Government data systems, maintain secure data exchange and demonstrate robust compliance with GDPR throughout Programme delivery?

• How will you ensure the accuracy and timeliness of data submitted?

• How will you identify, assess and manage risks associated with Programme delivery and data integrity? Explain how your monitoring and evaluation processes will actively support risk mitigation and continuous improvement.

• How will you use digital systems to monitor participant progress against agreed plans and Programme outcomes, and apply evaluation insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on Programme effectiveness and outcomes, including participant feedback, and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on equality and diversity outcomes and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 5: Employer Engagement and Job Creation

Description

How will you build strong employer partnerships across diverse sectors, including the third, voluntary and public sectors to secure sustainable job opportunities and work placements? Your response must include, but is not limited to:

• How will you actively build and maintain partnerships with employers across Welsh Government priority sectors (those driving green growth, digital transformation and inclusive economic growth) within private, third, voluntary and public sectors?

• How will you ensure safe and secure working conditions for participants in compliance with health and safety standards and safeguarding requirements?

• How will you tailor engagement and training to meet employer requirements while maintaining participant-focused delivery?

• How will you embed Fair Work principles across employer engagement activities and support employers to adopt inclusive practices including blind recruitment and supported employment?

• How will you collaborate with local and regional networks to maximise job opportunities and work placements and address present and future skills gaps with measurable results?

• How will you measure, track and report employer engagement outcomes, demonstrating clear alignment with Welsh Government priorities (green growth, digital transformation and inclusive economic growth), and use these insights to drive continuous improvement?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 6: Quality, Innovation, Risk Management and Value for Money

Description

How will you ensure consistent quality, manage risks, drive continuous improvement and deliver innovative, cost-effective approaches across all Programme elements, including (as applicable) sub

contractors and consortium partners? Your response must include, but is not limited to:

• How will you monitor delivery quality, uphold accountability and drive continuous improvement through robust quality assurance aligned with recognised standards and frameworks – including Estyn, Self-Assessment Reports (SAR), and Quality Development Plans (QDPs), while maintaining clear governance and accountability across all delivery partners? Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members.

• How will you gather feedback from participants and employers and use it to drive continuous improvements in delivery and quality?

• How will you identify, evaluate and manage delivery risks and implement contingency measures to maintain service continuity and safeguard delivery quality?

• How will you introduce innovative practices (e.g. digital tools, blended learning, data-driven decision-making, resource sharing) and use technology and alternative approaches to improve quality and cost effectiveness and how will you evaluate and monitor impacts?

• How will you develop and sustain a diverse and resilient supply chain, ensuring meaningful involvement, to meet participants needs?

• How will you collaborate with local and regional networks to strengthen delivery quality and share best practice, and actively advance Welsh Government priorities (green growth, digital transformation incorporating digital inclusion and inclusive economic growth underpinned by Fair Work principles)?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 7: Delivering Social Value

Description

Please identify and propose community and social benefits that can be attributed directly to this contract. How will you measure, report and evaluate social value contributions that are over and above those expected from delivery of the Employability Support Programme? Proposals must go beyond ‘business as usual’ activity and demonstrate added value that would not form part of your typical service delivery model.

Areas to focus on (as provided at Section 2 of the ITT Programme Specification, paragraph 13.4) include:

• Promoting Welsh language

• Encourage cultural inclusion

• Collaboration with supply chain (fostering local partnerships with SMEs, social enterprises and underrepresented groups)

Weighting: 10.00

Weighting type: percentageExact

Award criteria

Type: quality

Name

Question 1: Inclusive Access and Engagement

Description

How will you embed equality, diversity and inclusion principles across Programme delivery, ensuring accessibility for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or community, people with LGBTQ+ identities), and demonstrate measurable impact in removing barriers to participation and achievement? Your response must include, but is not limited to:

• How will you deliver effective outreach and engagement approaches, including collaboration with referral partners and targeted strategies for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or communities, people with LGBTQ+ identities)?

• How will you provide reasonable adjustments and wraparound support to address barriers, and how will you monitor their effectiveness?

• How will you embed cultural inclusion that meets participant needs?

• How will you meet Welsh Language Standards and provide Welsh language and bilingual services that meet participant needs?

• How will you manage disengagement risks and deliver re-engagement strategies and how will you monitor their effectiveness?

• How will you tailor delivery to local needs and implement inclusive coverage across all geographical locations, including Hard to Reach Areas (as defined in section 1 of the ITT, Instruction to Bidders) for the Regional Lot?

• How will you embed equality, diversity and inclusion principles in delivery and demonstrate measurable progress against Welsh Government priorities for inclusive economic growth?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 2: Individualised Learning and Progression

Description

How will you deliver individualised learning and development support that reflects each participant’s prior experience, aspirations, and barriers to employment? Your response must include, but is not limited to:

• How will you conduct comprehensive assessments of individual participant needs and work collaboratively with them to co-design their personalised support plan, ensuring flexible pathways that lead to sustainable employment or progression into further learning?

• How will you deliver modular learning options and use blended learning approaches to meet diverse participant needs and maximise accessibility?

• How will you track participant progress and adapt interventions, including learning approaches and frequency and process for reviews, to improve engagement, retention and outcomes?

• How will you secure job opportunities and work placements that reflect each participant’s aspirations and needs, while ensuring alignment with present and future local labour market gaps and skills demand?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 3: Staff Development and Safeguarding Processes

Description

How will you ensure staff are fully equipped to support participants with diverse needs and uphold safeguarding standards throughout delivery? Your response must include, but is not limited to:

• How will you identify initial staff training needs and implement a comprehensive plan to ensure all staff are equipped to support participants to best industry standards, including ensuring equality and safeguarding and supporting diverse needs?

• How will you deliver ongoing professional development, incorporating specialist training including mental health, disability inclusion, supported employment, positive behaviour support, and provide opportunities for collaboration with external support agencies to maintain best practice?

• How will you ensure staff are fully trained, confident and equipped to identify safeguarding risks early and respond promptly in line with statutory guidance and best practice standards?

• How will you collaborate with external agencies and referral partners to ensure seamless safeguarding interventions and support?

• How will you monitor and review staff training and safeguarding practices and ensure governance across all delivery partners. Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members?

Weighting: 16.00

Weighting type: percentageExact

Type: quality

Name

Question 4: Data Management, Monitoring and Evaluation

Description

How will you implement robust systems to monitor participant progress, Programme effectiveness, and delivery outcomes while aligning with Welsh Government system requirements, ensuring data is provided accurately, in a timely manner and securely, whilst driving continuous improvement? Your response must include, but is not limited to:

• How will you ensure successful interface with Welsh Government data systems, maintain secure data exchange and demonstrate robust compliance with GDPR throughout Programme delivery?

• How will you ensure the accuracy and timeliness of data submitted?

• How will you identify, assess and manage risks associated with Programme delivery and data integrity? Explain how your monitoring and evaluation processes will actively support risk mitigation and continuous improvement.

• How will you use digital systems to monitor participant progress against agreed plans and Programme outcomes, and apply evaluation insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on Programme effectiveness and outcomes, including participant feedback, and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

• How will you measure and report on equality and diversity outcomes and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 5: Employer Engagement and Job Creation

Description

How will you build strong employer partnerships across diverse sectors, including the third, voluntary and public sectors to secure sustainable job opportunities and work placements? Your response must include, but is not limited to:

• How will you actively build and maintain partnerships with employers across Welsh Government priority sectors (those driving green growth, digital transformation and inclusive economic growth) within private, third, voluntary and public sectors?

• How will you ensure safe and secure working conditions for participants in compliance with health and safety standards and safeguarding requirements?

• How will you tailor engagement and training to meet employer requirements while maintaining participant-focused delivery?

• How will you embed Fair Work principles across employer engagement activities and support employers to adopt inclusive practices including blind recruitment and supported employment?

• How will you collaborate with local and regional networks to maximise job opportunities and work placements and address present and future skills gaps with measurable results?

• How will you measure, track and report employer engagement outcomes, demonstrating clear alignment with Welsh Government priorities (green growth, digital transformation and inclusive economic growth), and use these insights to drive continuous improvement?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 6: Quality, Innovation, Risk Management and Value for Money

Description

How will you ensure consistent quality, manage risks, drive continuous improvement and deliver innovative, cost-effective approaches across all Programme elements, including (as applicable) sub

contractors and consortium partners? Your response must include, but is not limited to:

• How will you monitor delivery quality, uphold accountability and drive continuous improvement through robust quality assurance aligned with recognised standards and frameworks – including Estyn, Self-Assessment Reports (SAR), and Quality Development Plans (QDPs), while maintaining clear governance and accountability across all delivery partners? Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members.

• How will you gather feedback from participants and employers and use it to drive continuous improvements in delivery and quality?

• How will you identify, evaluate and manage delivery risks and implement contingency measures to maintain service continuity and safeguard delivery quality?

• How will you introduce innovative practices (e.g. digital tools, blended learning, data-driven decision-making, resource sharing) and use technology and alternative approaches to improve quality and cost effectiveness and how will you evaluate and monitor impacts?

• How will you develop and sustain a diverse and resilient supply chain, ensuring meaningful involvement, to meet participants needs?

• How will you collaborate with local and regional networks to strengthen delivery quality and share best practice, and actively advance Welsh Government priorities (green growth, digital transformation incorporating digital inclusion and inclusive economic growth underpinned by Fair Work principles)?

Weighting: 14.00

Weighting type: percentageExact

Type: quality

Name

Question 7: Delivering Social Value

Description

Please identify and propose community and social benefits that can be attributed directly to this contract. How will you measure, report and evaluate social value contributions that are over and above those expected from delivery of the Employability Support Programme? Proposals must go beyond ‘business as usual’ activity and demonstrate added value that would not form part of your typical service delivery model.

Areas to focus on (as provided at Section 2 of the ITT Programme Specification, paragraph 13.4) include:

• Promoting Welsh language

• Encourage cultural inclusion

• Collaboration with supply chain (fostering local partnerships with SMEs, social enterprises and underrepresented groups)

Weighting: 10.00

Weighting type: percentageExact

Contract terms and risks

Payment terms

See tender documents for more information specifically Specification section 34.

Contract Terms and Conditions for Services section

13. THE PRICE AND AGREEMENT PAYMENT

14. ANNUAL PROGRAMME COMMISSION AND FINANCIAL SCHEDULE

15. BENCHMARKING AND INDEXATION

16. SET OFF

17. RIGHT TO WITHOLD OR SUSPEND PAYMENT

18. RIGHT TO RECOVER PAYMENT

Description of risks to contract performance

Estimated total procured contract value: between £165 Million to £680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts)

The lowest estimated value represents the total WG funding available. The highest estimated value is contingent upon the confirmation of other funding streams, which are anticipated.

• The value is not guaranteed

• It is subject to annual approval

• It may vary significantly

• It is subject to modification clauses

WG reserves the right to activate the modification clause as detailed in the tenders documents, and/or activate services for either / both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents.

Welsh Government does not consider there to be any known risks that could jeopardise the satisfactory performance of the Contract, which have not already been addressed in the Tender Documents.

Submission

Documents

Tender submission deadline

20 April 2026, 14:00PM

Enquiry deadline

08 April 2026, 14:00PM

Date of award of contract

13 July 2026, 23:59PM

Submission address and any special instructions

https://etenderwales.bravosolution.co.uk- NOTE: The authority is using eTenderwales to carry out this procurement process. The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.- The User who performs the Registration becomes the Super User for the Organisation.- On registering on the Platform the Super User will select a Username and will receive a password.- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.- In order to log-in to the Platform please enter your Username and Password.- Note: If you forget your Password then visit the homepage and click “Forgot your password?”- Registration should only be performed once for each Organisation.- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. How To Find The ITT:- Once logged in you must click on ‘PQQs/ITT’s Open to all Suppliers’- The e-tender references for this contract are: project_62473 - Employability Support Programmeitt_123726 - Employability Support Programme - Qualificationitt_123727 - Employability Support Programme - Lot 1itt_123729 - Employability Support Programme - Lot 2itt_123730 - Employability Support Programme - Lot 3itt_123731 - Employability Support Programme - Lot 4Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the PQQ/ITT from the ‘Open to all Suppliers’ area to the ‘My PQQ/ITT’s’ on the home page.- You will then see the full details of the Tender in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.- Should you have any questions on the Tender, please use the ‘Messages’ area to contact the buyer directly.Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives.

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

31 March 2030, 23:59PM

Languages that may be used for submission

  • Welsh
  • English

Tender submission deadline

20 April 2026, 14:00PM

Enquiry deadline

08 April 2026, 14:00PM

Date of award of contract

13 July 2026, 23:59PM

Submission address and any special instructions

https://etenderwales.bravosolution.co.uk- NOTE: The authority is using eTenderwales to carry out this procurement process. The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.- The User who performs the Registration becomes the Super User for the Organisation.- On registering on the Platform the Super User will select a Username and will receive a password.- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.- In order to log-in to the Platform please enter your Username and Password.- Note: If you forget your Password then visit the homepage and click “Forgot your password?”- Registration should only be performed once for each Organisation.- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. How To Find The ITT:- Once logged in you must click on ‘PQQs/ITT’s Open to all Suppliers’- The e-tender references for this contract are: project_62473 - Employability Support Programmeitt_123726 - Employability Support Programme - Qualificationitt_123727 - Employability Support Programme - Lot 1itt_123729 - Employability Support Programme - Lot 2itt_123730 - Employability Support Programme - Lot 3itt_123731 - Employability Support Programme - Lot 4Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the PQQ/ITT from the ‘Open to all Suppliers’ area to the ‘My PQQ/ITT’s’ on the home page.- You will then see the full details of the Tender in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.- Should you have any questions on the Tender, please use the ‘Messages’ area to contact the buyer directly.Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives.

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

31 March 2030, 23:59PM

Languages that may be used for submission

  • Welsh
  • English

ID

L-4

Document type

Bidding documents

Description

The Invitation to Tender (ITT) consists of the following and all are available on etender Wales https://etenderwales.bravosolution.co.uk project_62473 - Employability Support Programme

itt_123726 - Employability Support Programme - Qualification

itt_123727 - Employability Support Programme - Lot 1

itt_123729 - Employability Support Programme - Lot 2

itt_123730 - Employability Support Programme - Lot 3

itt_123731 - Employability Support Programme - Lot 4

INSTRUCTIONS TO BIDDER(S)

PROGRAMME SPECIFICATION

TENDER DOCUMENTS

Schedule 3.1 – Qualification Questionnaire (including Bespoke Questions) Response Template

Schedule 3.2 – Bespoke Qualification Questions (CCGEN.0.2) Response Template

Schedule 3.3 – Technical Response Template

Schedule 3.4 – Contract Terms and Conditions for Services

Schedule 3.5 – Non-core Community Benefits Proposal

(Response Template) (non-scored)

Schedule 3.6 – Pre-market Engagement Material

Schedule 3.7 – AI

ID

L-5

Document type

Technical specifications

Description

NOTE: The authority is using eTenderwales to carry out this procurement process. Once logged in you must click on ‘PQQs/ITT’s Open to all Suppliers’- The e-tender references for this contract are:

project_62473 - Employability Support Programme.

itt_123726 - Employability Support Programme - Qualification

itt_123727 - Employability Support Programme - Lot 1

itt_123729 - Employability Support Programme - Lot 2

itt_123730 - Employability Support Programme - Lot 3

itt_123731 - Employability Support Programme - Lot 4

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
There are no commodity categories for this notice.

Delivery locations

ID Description
1000 WALES

Document family

Notice details
Publication date:
22 May 2025
Deadline date:
Notice type:
UK1
Version:
1
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
21 October 2025
Deadline date:
18 November 2025 23:59
Notice type:
UK2
Version:
1
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
21 January 2026
Deadline date:
18 February 2026 23:59
Notice type:
UK2
Version:
1
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
16 March 2026
Deadline date:
20 April 2026 14:00
Notice type:
UK4
Version:
1
Authority name:
Llywodraeth Cymru / Welsh Government

About the buyer

Main contact:
n/a
Admin contact:
n/a
Technical contact:
n/a
Other contact:
n/a

Further information

Date Details

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.