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.

02 Contract Notice

Dynamic Purchasing System for Service Providers for the ADTRAC Operation

  • First published: 12 October 2017
  • Last modified: 12 October 2017

Contents

Summary

OCID:
ocds-kuma6s-071889
Published by:
Grwp Llandrillo Menai
Authority ID:
AA0286
Publication date:
12 October 2017
Deadline date:
29 November 2017
Notice type:
02 Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Grwp Llandrillo Menai (GLLM) wish to create a DPS for the provision of Service Providers for the ADTRAC Programme 2017-2020. The DPS is being created on behalf of the ADTRAC Partners which include Betsi Cadwaladr University Health Board, and the six North Wales Local Authorities: Anglesey, Conwy, Denbighshire, Gwynedd, Flintshire and Wrexham. It invites suitably qualified Service Providers to submit an application to be included onto the ADTRAC Project DPS to deliver a range of courses to the Participants on the ADTRAC project within a specified county in North Wales. CPV: 80500000, 80500000, 80500000, 80500000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Grwp Llandrillo Menai

Coleg Llandrillo, Llandudno Road, Rhos-on-Sea, Conwy

Colwyn Bay

LL28 4HZ

UK

Contact person: Sara Williams ADTRAC 16-24 Regional Manager

Telephone: +44 1492546666

E-mail: sara.williams@gllm.ac.uk

NUTS: UKL13

Internet address(es)

Main address: http://www.gllm.ac.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0286

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.sell2wales.gov.wales


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.sell2wales.gov.wales


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Dynamic Purchasing System for Service Providers for the ADTRAC Operation

Reference number: GLLM031017

II.1.2) Main CPV code

80500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Grwp Llandrillo Menai (GLLM) wish to create a DPS for the provision of Service Providers for the ADTRAC Programme 2017-2020. The DPS is being created on behalf of the ADTRAC Partners which include Betsi Cadwaladr University Health Board, and the six North Wales Local Authorities: Anglesey, Conwy, Denbighshire, Gwynedd, Flintshire and Wrexham. It invites suitably qualified Service Providers to submit an application to be included onto the ADTRAC Project DPS to deliver a range of courses to the Participants on the ADTRAC project within a specified county in North Wales.

II.1.5) Estimated total value

Value excluding VAT: 770 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Service Lot 1 - Skills for Life and Life Skills

II.2.2) Additional CPV code(s)

80500000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

North Wales

II.2.4) Description of the procurement

Service Lot One: Skills for Life and Life Skills

Service Lot One is made up of three sub categories: Skills for Life, Life Skills and Other;

- Skills for Life, includes basic skills support which participants can use and apply.

- Life Skills, includes support for barriers they need to overcome to move forward into a positive outcome.

- Other, includes any provision which is new or innovative that encompasses the requirement for skills or support in order to overcome barriers which is connected to matters concerning participant welfare or barriers.

Examples of what could be included within the service lot are contained in Appendix One of the DPS documentation. This list is purely indicative of the type of specialist support that may be provided. Service provision must be bespoke and tailored to the specific needs of ADTRAC Participants. This Sub Category is split into six geographic areas: (a) Isle of Anglesey (b) Gwynedd (c) Conwy (d) Denbighshire (e) Flintshire (f) Wrexham.

The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Some of the Service Lots are further divided into Sub-Categories. There is no limit on the number of Service Lots and/or Sub-Categories in respect of which Service Providers may apply to join the ADTRAC Project DPS. There is no maximum number of Service Lots or Sub-Categories to which Service Providers may be admitted. Contracts may be awarded combining any number of Lots/Sub-Categories.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 285 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30

This contract is subject to renewal: Yes

Description of renewals:

Potential for extension of up to 2 years subject to further funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

This is a DPS, there are no limits on candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

The operation is being partially funded by EU funding from ESF Priority Axis 3: Youth Employment and Attainment, Specific Objective 1.

Lot No: 2

II.2.1) Title

Service Lot 2 - Employability and Work Skills

II.2.2) Additional CPV code(s)

80500000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

North Wales

II.2.4) Description of the procurement

Service Lot Two: Employability and Work Skills

Service Lot Two is made up of three sub categories: Employability, Work Skills and Other;

- Employability, include skills or support provision for transferrable skills designed to support a young person to be more employable.

- Work Skills, includes the generic (non- sector specific) or transferable skills or support a participant may require whilst in work or to get into work.

- Other, includes any provision which is new or innovative and that encompasses the requirement for skills or support in order to overcome barriers which is connected to employability and non-sector specific work skills.

Examples of what could be included within the service lot are contained in Appendix One of the DPS documentation. This list is purely indicative of the type of specialist support that may be provided. Service provision must be bespoke and tailored to the specific needs of ADTRAC Participants. This Sub Category is split into six geographic areas: (a) Isle of Anglesey (b) Gwynedd (c) Conwy (d) Denbighshire (e) Flintshire (f) Wrexham.

The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Some of the Service Lots are further divided into Sub-Categories. There is no limit on the number of Service Lots and/or Sub-Categories in respect of which Service Providers may apply to join the ADTRAC Project DPS. There is no maximum number of Service Lots or Sub-Categories to which Service Providers may be admitted. Contracts may be awarded combining any number of Lots/Sub-Categories.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 285 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30

This contract is subject to renewal: Yes

Description of renewals:

Potential for extension of up to 2 years subject to further funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

This is a DPS, there are no limits on candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

The operation is being partially funded by EU funding from ESF Priority Axis 3: Youth Employment and Attainment, Specific Objective 1.

Lot No: 3

II.2.1) Title

Service Lot 3 - Sector Skills

II.2.2) Additional CPV code(s)

80500000

II.2.3) Place of performance

NUTS code:

UKL


Main site or place of performance:

North Wales

II.2.4) Description of the procurement

Service Lot Three: Sector Skills

Service Lot Three is made up of nine subcategories, eight which are consist of specific skills and qualifications. These include:-

- Advanced Materials and Manufacturing

- Energy and Environment

- Construction

- Creative and Digital

- Finance and Professional Services

- Tourism and Hospitality

- Health and Social Care

- Food and Drink

- Other; includes any provision which is new or innovative and that encompasses the requirement for skills or support in relation to a one or more sector area(s).

Examples of what could be included within the service lot are contained in Appendix One of the DPS documentation. This list is purely indicative of the type of specialist support that may be provided. Service provision must be bespoke and tailored to the specific needs of ADTRAC Participants. This Sub Category is split into six geographic areas: (a) Isle of Anglesey (b) Gwynedd (c) Conwy (d) Denbighshire (e) Flintshire (f) Wrexham.

The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Some of the Service Lots are further divided into Sub-Categories. There is no limit on the number of Service Lots and/or Sub-Categories in respect of which Service Providers may apply to join the ADTRAC Project DPS. There is no maximum number of Service Lots or Sub-Categories to which Service Providers may be admitted. Contracts may be awarded combining any number of Lots/Sub-Categories

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 200 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30

This contract is subject to renewal: Yes

Description of renewals:

Potential for extension of up to 2 years subject to further funding

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 1

Objective criteria for choosing the limited number of candidates:

This is a DPS, there are no restrictions on the number of candidates.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

The operation is being partially funded by EU funding from ESF Priority Axis 3: Youth Employment and Attainment, Specific Objective 1.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/11/2017

Local time: 19:30

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 15/12/2017

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 30/06/2020

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=71889.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(WA Ref:71889)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Grwp Llandrillo Menai

Grwp Governance Officer, Coleg Llandrillo, Llandudno Road, Rhos-on-Sea, Conwy

Colwyn Bay

LL28 4HZ

UK

Telephone: +44 1492546666

E-mail: t.prosser@gllm.ac.uk

Internet address(es)

URL: http://www.gllm.ac.uk

VI.5) Date of dispatch of this notice

10/10/2017

Coding

Commodity categories

ID Title Parent category
80500000 Training services Education and training services

Delivery locations

ID Description
1013 Conwy and Denbighshire
1023 Flintshire and Wrexham
1012 Gwynedd
1011 Isle of Anglesey

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
12 October 2017
Deadline date:
29 November 2017 00:00
Notice type:
02 Contract Notice
Authority name:
Grwp Llandrillo Menai
Publication date:
19 January 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Grwp Llandrillo Menai
Publication date:
21 May 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Grwp Llandrillo Menai

About the buyer

Main contact:
sara.williams@gllm.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
13/10/2017 10:03
Question and Answers deadline change
The deadline for submission of questions through the online Q&A function has been changed as below.
Old question submission deadline: 16/10/2017 19:30
New question submission deadline: 16/11/2017 19:30
Please ensure that you have submitted all questions before the new date.
22/11/2017 15:15
REPLACED FILE: 03. Appendix Two - Application to Join (v1.0 061017)
Appendix Two - Application to Join (v1.1 221117)
22/11/2017 15:19
Appendix Two - Application to Join - replacement document
Error Identified
A minor error has been discovered Appendix Two Application to Join, Part 3 Insurance Requirements (page 17). The yellow ‘Guidance for Bidders’ indicated that “£5,000,000 (POUNDS) IN RESPECT OF PUBLIC LIABILITY; AND £10,000,000 (POUNDS) IN RESPECT OF EMPLOYERS LIABILITY” whereas question 3.1 stated: “EMPLOYERS’ LIABILITY INSURANCE – MUST BE £5 MILLION MINIMUM EACH AND EVERY CLAIM; UNLIMITED IN ANY ONE YEAR” and 3.2 stated: “PUBLIC LIABILITY INSURANCE - MUST BE £10 MILLION MINIMUM EACH AND EVERY CLAIM; UNLIMITED IN ANY ONE YEAR”.
Action Taken
Apologies for any confusion this has caused. The values in question 3.1 and 3.2 are correct and the ‘Guidance for Bidders’ section is incorrect.
As a result we have produced a new application v1.1 221117. The only amendment to the form is the ‘Guidance for Bidders’ section and the remainder of the form is correct.
New applications
For anyone who is yet to make a bid, we would advise that you use Appendix 2 v1.1 221117.
Existing applications
If you have already made a bid, please review your submission to ensure that when you have completed the application that your answer relates to the content of the question 3.1 and 3.2. Or alternatively you can resubmit an application using the Appendix 2 v1.1 221117 form.
Deadline for Applications for Initial Joining Stage
The deadline for the initial joining stage will remain the 29th November 2017.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx372.26 KB
This file may not be accessible.
docx
docx372.08 KB
This file may not be accessible.
docx
docx495.83 KB
This file may not be accessible.
docx
docx260.10 KB
This file may not be accessible.
docx
docx735.82 KB
This file may not be accessible.
docx
docx391.51 KB
This file may not be accessible.
docx

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.