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

PA23 - UK4 - Tender Notice

  • First published: 14 January 2026
  • Last modified: 14 January 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-060517
Published by:
Southern Water Services Limited
Authority ID:
AA21564
Publication date:
14 January 2026
Deadline date:
10 February 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

SW is tendering an existing framework under PA23 rules, and has removed apprenticeships that have ceased to exist and are no longer business relevant, and started offering new apprenticeship standards that add value to the business and continue to offer the programmes that have had largest uptake of apprentice enrolments within SWS.1.Purpose and ObjectivesThe objective of the tender is to select Framework Partners who are capable of delivering Apprenticeship standards recognized by Skills England, divided into Lots as listed in this scope document and Schedule 1 of the Framework.To establish a compliant high-quality framework agreement for the delivery of Apprenticeship training funded via the Apprenticeship Growth and Skills levy. The framework will support workforce development across multiple departments and align with SW business needs and outputs of strategic workforce planning.2.Scope of servicesTo achieve business objectives, SWS is looking to develop a multi-supplier, multi-lot framework. The aim of the Framework is to secure future provision and enable access to wide range of recognized apprenticeship programmes and standards.SWS reserves the right to amend the scope by adding or removing apprenticeship standards during the term of the agreement in case of any scope coverage gaps, or to keep the standards up to date and aligned with apprenticeship standards governed by Skills England.Delivery of Apprenticeship standards from Level 2 to Level 7Coverage across job categories including:- Business & Administration- Construction in a built Environment- Creative and design- Digital- Engineering and manufacturing- Environmental, - Legal Finance & Accounting- Health & Science- Marketing & ProcurementThe Framework has been divided into 9 Lots.Please note that Lot 9 is for delivery of the above services in the ISle of Wight only as indicated within the tender pack

Full notice text

Scope

Procurement reference

Prj_8006 Apprenticeships Framework

Procurement description

SW is tendering an existing framework under PA23 rules, and has removed apprenticeships that have ceased to exist and are no longer business relevant, and started offering new apprenticeship standards that add value to the business and continue to offer the programmes that have had largest uptake of apprentice enrolments within SWS.

1.Purpose and Objectives

The objective of the tender is to select Framework Partners who are capable of delivering Apprenticeship standards recognized by Skills England, divided into Lots as listed in this scope document and Schedule 1 of the Framework.

To establish a compliant high-quality framework agreement for the delivery of Apprenticeship training funded via the Apprenticeship Growth and Skills levy. The framework will support workforce development across multiple departments and align with SW business needs and outputs of strategic workforce planning.

2.Scope of services

To achieve business objectives, SWS is looking to develop a multi-supplier, multi-lot framework. The aim of the Framework is to secure future provision and enable access to wide range of recognized apprenticeship programmes and standards.

SWS reserves the right to amend the scope by adding or removing apprenticeship standards during the term of the agreement in case of any scope coverage gaps, or to keep the standards up to date and aligned with apprenticeship standards governed by Skills England.

Delivery of Apprenticeship standards from Level 2 to Level 7

Coverage across job categories including:

- Business & Administration

- Construction in a built Environment

- Creative and design

- Digital

- Engineering and manufacturing

- Environmental,

- Legal Finance & Accounting

- Health & Science

- Marketing & Procurement

The Framework has been divided into 9 Lots.

Please note that Lot 9 is for delivery of the above services in the ISle of Wight only as indicated within the tender pack

Main category

Services

Delivery regions

  • UKJ27 - West Sussex (South West)
  • UKJ22 - East Sussex CC
  • UKJ4 - Kent
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire
  • UKJ34 - Isle of Wight

Total value (estimated, excluding VAT)

3600000 GBP to 31200000GBP

Contract dates (estimated)

19 May 2026, 00:00AM to 20 May 2029, 23:59PM

Extension end date (if all the extensions are used): 13 May 2032

Is a framework being established?

Yes

Contracting authority

Southern Water Services Limited

Identification register:

  • GB-PPON

Address 1: Southern Water, Southern House

Town/City: Worthing

Postcode: Bn13 3NX

Country: United Kingdom

Website: http://www.southernwater.co.uk

Public Procurement Organisation Number: PBJQ-2231-ZRPG

NUTS code: UKJ27

Contact name: Antonia O'Donovan

Email: antonia.o'donovan@southernwater.co.uk

Organisation type: Private utility

Procedure

Procedure type

Competitive flexible procedure

Is this procurement under a special regime?

Utilities

Is the total value above threshold?

Above threshold

Framework

Further information about fees

Funding via the Apprenticeship Growth & Skills levy

Percentage fee charged to suppliers

0.0000%

Maximum number of suppliers

5

Award method when using the framework

With and without reopening competition

Framework operation description

This procurement process will be run in accordance with the Procurement Act 2023 (“PA23”) under Light Touch Regime using the Competitive Flexible Procedure. The Light Touch Regime, applicable to this Apprenticeships Framework, affords a little more procedural flexibility. The procedure designed by SWS, and detailed in the IITT document, will apply the core principles of the Act, including transparency, fairness, and equal treatment for potential bidders and aims to ensure value for money and to support open competition, while allowing flexibility to meet the specific needs of apprenticeship delivery.

The total price for each apprenticeship will be based on the applicable funding band set by the Skills & Growth Levy. This price includes all on-programme training and End-Point Assessment and must not exceed the funding band maximum.

Additional information on each individual Apprenticeship standard can be found here: https://skillsengland.education.gov.uk/apprenticeships/

Stage 2 Invitation to Tender:

All Tenderers are required to pass all the questions within the SWS PQQ, which shall be issued using the esourcing tool, Bravo. Following successful progression through the PQQ stage, at the discretion of SWS, prospective tenderers shortlisted as set out in Section 4 of this IITT, will be invited to provide a proposal to the ITT.

Tenderers invited to tender, who submit qualifying proposals before the closing time, will be checked for compliance and any non-compliant tenders may be rejected without further evaluation.

ITT Envelope Weightings (Evaluation Criteria): Technical 80%, Commercial 20%

Based on the answers and evidence provided, each Tenderers’ response will be scored in accordance with the scoring guidelines.The score offered by the evaluation team will allow a Tenderer to achieve a score of between 0 and 100% of the weighting.

All ITT proposals will be evaluated independently by an internal evaluation panel*. The evaluation panel may hold a moderation meeting to agree final technical scores. Following moderation of the technical score, a combined score including technical (“T”) and commercial (“C”), will be used to select the preferred Tenderer(s) with whom SWS intend to enter into the Framework Agreement.

*Except in circumstances where specialist areas may need to be evaluated by a single subject matter expert and will therefore not be subject to a consensus moderation.

Lots

Divided into 9 lots

Business Administration

Lot number: Lot 1

Description

Associate Project Manager Level 4, Business administrator Level 3, Career development professional Level 6, Chartered manager (degree) Level 6, Coaching professional Level 5, Corporate responsibility and sustainability practitioner Level 4, Data Practitioner and information governance practitioner Level 4, Governance officer Level 4, HR support Level 3, Improvement leader Level 6, Improvement practitioner Level 4, Improvement specialist Level 5, Improvement technician Level 3, Information manager Level 4, Learning and development consultant business partner - Level 5, Learning and development practitioner Level 3, Operations manager Level 5, People professional Level 5, Policy officer Level 4, Project Manager (integrated degree) level 6, Quality practitioner Level 4, Recruiter Level 3, Regulatory compliance officer Level 4, Senior leader Level 7, Senior people professional Level 7, Sustainability business specialist (integrated degree) Level 7, Systems thinking practitioner Level7, Team Leader Level 3.

CPV classifications

  • 80530000 - Vocational training services

Delivery regions

  • UKJ27 - West Sussex (South West)
  • UKJ22 - East Sussex CC
  • UKJ4 - Kent
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire

Lot value (estimated)

3600000 GBP Excluding VAT

4320000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

19 May 2026, 00:00AM

Contract end date (estimated)

20 May 2029, 23:59PM

Extension end date (estimated)

13 May 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

After the initial 3 year period

There is an pption to extend for 2+1

Does the lot include options?

Yes

Description of options

The initial term of the Framework is 3 years,

SWS reserves the right to extend after the initial term up to a total of 6 years

extension 1 - 2 years

extension 2 - 1 year

Description of how multiple lots may be awarded

There will be no predetermined maximum number of suppliers admitted to each lot. However, in instances where a lot receives bids from more than four potential suppliers, only the top-scoring bidders will be selected. This approach is intended to maintain a competitive environment while ensuring quality and manageability within each lot. Tenderers will require a minimum total score of 50 at PQQ and ITT stage.

SWS reserves the right in its absolute discretion to increase or decrease these numbers in the event where in the circumstances of the scoring, this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process and to ensure desired coverage of the lot.

Similarly, SWS reserves the right to alter the numbers of Tenderers for each Lot if the total number of Tenderers cannot meet the full needs of the lot and if a fewer number of tenderers are needed then initially anticipated.

Participation

Conditions

Economic

Conditions of participation

As per Pre Qualification Questionnaire questions

Conditions

Economic

Conditions of participation

The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.

Award criteria

Type: quality

Name

Technical

Description

a) Tenderers shall have their answers to the ITT Technical Questions, scored in accordance with the Scoring Evaluation Criteria set out in this IITT.

b) These scores will then be moderated by SWS’ evaluation team.

c) Tenderers with total technical scores of less than 50 shall be excluded.

d) For each Lot SWS aims to award to the minimum number of defined suppliers, depending on awarded final scores. If SWS is satisfied that the top-ranking bidder is able to fulfil all the requirements set out in the Framework Agreement (including relevant specification and other Schedules)' of the relevant Lot, only that Tender will be appointed. The next ranked supplier(s) will only be awarded a place on the framework until all the below criteria may be satisfied:

i. capacity to cover all or some of the standards in the lots bided for

ii. the supplier (s) has achieved the minimum score of 50 and passed all other minimum requirements stipulated in the tender process.

iii. Full or partial coverage of Southern water region, in relation to the apprenticeship standards bided for;

SWS will award a position on the Framework to the proposals which are the most advantageous (MAT) to SWS, in accordance with the Procurement Act 2023 and this IITT which shall be assessed through the scoring of suppliers technical and commercial bids in accordance with the published evaluation criteria.

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Commercial

Description

For each apprenticeship standard, bidders must give a total price per apprentice, including End‑Point Assessment (EPA) and any eligible training costs.

The price submitted per standard must not exceed the official government cap (called the funding band maximum). Any costing above this cap is not funded and will score a maximum of 0.

Additional Charges: This section will not be evaluated as part of the scoring process; however, any prices submitted will be included in the final contractual agreement.

Green courses = courses currently used by SWS, weighted 60% of the total price score.

Blue courses = courses SWS may use in the future, weighted 40% of the total price score.

For each course a college offers, the score will be calculated using the following formula:

Score = (Cap − Price) / Cap ×100

If a bidder charges the full cap, they receive 0 points for that course

If a bidder charges less than the cap, they receive a higher score (lower price = higher score).

Bidders are only scored on courses they actually offer. If a course is not offered, it receives no score and incurs no penalty.

Within each course group, the total weight is distributed equally among the courses a college offers.

For example:

If a college offers four green courses, each course represents 15% of the group’s weight.

If a college offers only one green course, that course carries the full 60% weight for the green group.

Each bidder’s Commercial Score is calculated by totalling their course scores, weighted according to the green and blue group allocations described above.

The Commercial Score is then combined with the bidder’s ITT Technical Score to determine the best overall bids.

Weighting: 20

Weighting type: percentageExact

Digital

Lot number: Lot 2

Description

Applications support lead Level 4, AI data specialist Level 7, Business Analyst Level 4, Creative digital design professional (integrated degree) Level 6, Cyber security technical professional (integrated degree) Level 6, Cyber security technician Level 3, Cyber security technologist Level 4, Data analyst Level 4, Data Engineer Level 5, Data scientist (integrated degree) Level 6, Data technician Level 3, DevOps Engineer Level 4, Digital accessibility specialist Level 4, Digital and technology solutions professional Level 6, Digital and technology solutions specialist (integrated degree) Level 7, Digital device repair technician Level 3, Digital learning designer Level 5, Digital product manager Level 4, Digital support technician Level 3, Digital user experience (ux) professional (integrated degree) Level 6, Information communications technician Level 3, IT solutions technician Level 3, Software developer Level 4, Software development technician Level 3, Software tester Level 4, Artificial Intelligence (AI) and Automation practitioner

CPV classifications

  • 80530000 - Vocational training services

Delivery regions

  • UKJ27 - West Sussex (South West)
  • UKJ22 - East Sussex CC
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire
  • UKJ4 - Kent

Lot value (estimated)

3600000 GBP Excluding VAT

4320000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

19 May 2026, 00:00AM

Contract end date (estimated)

20 May 2029, 23:59PM

Extension end date (estimated)

13 May 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

After the initial 3 year period

There is an pption to extend for 2+1

Does the lot include options?

Yes

Description of options

The initial term of the Framework is 3 years,

SWS reserves the right to extend after the initial term up to a total of 6 years

extension 1 - 2 years

extension 2 - 1 year

Description of how multiple lots may be awarded

There will be no predetermined maximum number of suppliers admitted to each lot. However, in instances where a lot receives bids from more than four potential suppliers, only the top-scoring bidders will be selected. This approach is intended to maintain a competitive environment while ensuring quality and manageability within each lot. Tenderers will require a minimum total score of 50 at PQQ and ITT stage.

SWS reserves the right in its absolute discretion to increase or decrease these numbers in the event where in the circumstances of the scoring, this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process and to ensure desired coverage of the lot.

Similarly, SWS reserves the right to alter the numbers of Tenderers for each Lot if the total number of Tenderers cannot meet the full needs of the lot and if a fewer number of tenderers are needed then initially anticipated.

Participation

Conditions

Economic

Conditions of participation

As per Pre Qualification Questionnaire questions

Conditions

Economic

Conditions of participation

The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.

Award criteria

Type: quality

Name

Technical

Description

a) Tenderers shall have their answers to the ITT Technical Questions, scored in accordance with the Scoring Evaluation Criteria set out in this IITT.

b) These scores will then be moderated by SWS’ evaluation team.

c) Tenderers with total technical scores of less than 50 shall be excluded.

d) For each Lot SWS aims to award to the minimum number of defined suppliers, depending on awarded final scores. If SWS is satisfied that the top-ranking bidder is able to fulfil all the requirements set out in the Framework Agreement (including relevant specification and other Schedules)' of the relevant Lot, only that Tender will be appointed. The next ranked supplier(s) will only be awarded a place on the framework until all the below criteria may be satisfied:

i. capacity to cover all or some of the standards in the lots bided for

ii. the supplier (s) has achieved the minimum score of 50 and passed all other minimum requirements stipulated in the tender process.

iii. Full or partial coverage of Southern water region, in relation to the apprenticeship standards bided for;

SWS will award a position on the Framework to the proposals which are the most advantageous (MAT) to SWS, in accordance with the Procurement Act 2023 and this IITT which shall be assessed through the scoring of suppliers technical and commercial bids in accordance with the published evaluation criteria.

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Commercial

Description

For each apprenticeship standard, bidders must give a total price per apprentice, including End‑Point Assessment (EPA) and any eligible training costs.

The price submitted per standard must not exceed the official government cap (called the funding band maximum). Any costing above this cap is not funded and will score a maximum of 0.

Additional Charges: This section will not be evaluated as part of the scoring process; however, any prices submitted will be included in the final contractual agreement.

Green courses = courses currently used by SWS, weighted 60% of the total price score.

Blue courses = courses SWS may use in the future, weighted 40% of the total price score.

For each course a college offers, the score will be calculated using the following formula:

Score = (Cap − Price) / Cap ×100

If a bidder charges the full cap, they receive 0 points for that course

If a bidder charges less than the cap, they receive a higher score (lower price = higher score).

Bidders are only scored on courses they actually offer. If a course is not offered, it receives no score and incurs no penalty.

Within each course group, the total weight is distributed equally among the courses a college offers.

For example:

If a college offers four green courses, each course represents 15% of the group’s weight.

If a college offers only one green course, that course carries the full 60% weight for the green group.

Each bidder’s Commercial Score is calculated by totalling their course scores, weighted according to the green and blue group allocations described above.

The Commercial Score is then combined with the bidder’s ITT Technical Score to determine the best overall bids.

Weighting: 20

Weighting type: percentageExact

Legal, Finance & Accounting

Lot number: Lot 3

Description

Accountancy or taxation professional, Level 7, Accounting finance manager, Level 6, Accounts or finance assistant, Level 2, Advanced credit controller and debt collection specialist, Level 3, Assistant accountant, Level 3, Chartered legal executive, Level 6, Chartered legal executive litigator and advocate, Level 7, Compliance and risk officer, Level 3, Credit controller and collector, Level 2, Internal audit practitioner, Level 4, internal audit professional, Level 7, Paralegal, Level 3, Payroll assistant manager, Level 5, Senior compliance and risk specialist, Level 6, Senior compliance and risk specialist, Level 6, Solicitor, Level 7.

CPV classifications

  • 80530000 - Vocational training services

Delivery regions

  • UKJ4 - Kent
  • UKJ22 - East Sussex CC
  • UKJ27 - West Sussex (South West)
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire

Lot value (estimated)

3600000 GBP Excluding VAT

4320000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

19 May 2026, 00:00AM

Contract end date (estimated)

20 May 2029, 23:59PM

Extension end date (estimated)

13 May 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

After the initial 3 year period

There is an pption to extend for 2+1

Does the lot include options?

Yes

Description of options

The initial term of the Framework is 3 years,

SWS reserves the right to extend after the initial term up to a total of 6 years

extension 1 - 2 years

extension 2 - 1 year

Description of how multiple lots may be awarded

There will be no predetermined maximum number of suppliers admitted to each lot. However, in instances where a lot receives bids from more than four potential suppliers, only the top-scoring bidders will be selected. This approach is intended to maintain a competitive environment while ensuring quality and manageability within each lot. Tenderers will require a minimum total score of 50 at PQQ and ITT stage.

SWS reserves the right in its absolute discretion to increase or decrease these numbers in the event where in the circumstances of the scoring, this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process and to ensure desired coverage of the lot.

Similarly, SWS reserves the right to alter the numbers of Tenderers for each Lot if the total number of Tenderers cannot meet the full needs of the lot and if a fewer number of tenderers are needed then initially anticipated.

Participation

Conditions

Economic

Conditions of participation

As per Pre Qualification Questionnaire questions

Conditions

Economic

Conditions of participation

The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.

Award criteria

Type: quality

Name

Technical

Description

a) Tenderers shall have their answers to the ITT Technical Questions, scored in accordance with the Scoring Evaluation Criteria set out in this IITT.

b) These scores will then be moderated by SWS’ evaluation team.

c) Tenderers with total technical scores of less than 50 shall be excluded.

d) For each Lot SWS aims to award to the minimum number of defined suppliers, depending on awarded final scores. If SWS is satisfied that the top-ranking bidder is able to fulfil all the requirements set out in the Framework Agreement (including relevant specification and other Schedules)' of the relevant Lot, only that Tender will be appointed. The next ranked supplier(s) will only be awarded a place on the framework until all the below criteria may be satisfied:

i. capacity to cover all or some of the standards in the lots bided for

ii. the supplier (s) has achieved the minimum score of 50 and passed all other minimum requirements stipulated in the tender process.

iii. Full or partial coverage of Southern water region, in relation to the apprenticeship standards bided for;

SWS will award a position on the Framework to the proposals which are the most advantageous (MAT) to SWS, in accordance with the Procurement Act 2023 and this IITT which shall be assessed through the scoring of suppliers technical and commercial bids in accordance with the published evaluation criteria.

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Commercial

Description

For each apprenticeship standard, bidders must give a total price per apprentice, including End‑Point Assessment (EPA) and any eligible training costs.

The price submitted per standard must not exceed the official government cap (called the funding band maximum). Any costing above this cap is not funded and will score a maximum of 0.

Additional Charges: This section will not be evaluated as part of the scoring process; however, any prices submitted will be included in the final contractual agreement.

Green courses = courses currently used by SWS, weighted 60% of the total price score.

Blue courses = courses SWS may use in the future, weighted 40% of the total price score.

For each course a college offers, the score will be calculated using the following formula:

Score = (Cap − Price) / Cap ×100

If a bidder charges the full cap, they receive 0 points for that course

If a bidder charges less than the cap, they receive a higher score (lower price = higher score).

Bidders are only scored on courses they actually offer. If a course is not offered, it receives no score and incurs no penalty.

Within each course group, the total weight is distributed equally among the courses a college offers.

For example:

If a college offers four green courses, each course represents 15% of the group’s weight.

If a college offers only one green course, that course carries the full 60% weight for the green group.

Each bidder’s Commercial Score is calculated by totalling their course scores, weighted according to the green and blue group allocations described above.

The Commercial Score is then combined with the bidder’s ITT Technical Score to determine the best overall bids.

Weighting: 20

Weighting type: percentageExact

Marketing & Procurement

Lot number: Lot 4

Description

Bid and proposal co-ordinator, Level 3, Customer service practitioner, Level 2, Customer service specialist, Level 3, Procurement and supply assistant, Level 3, Procurement and supply chain practitioner, Level 4, Public relations and communications assistant, Level 4, Senior procurement and supply chain professional, Level 6.

CPV classifications

  • 80530000 - Vocational training services

Delivery regions

  • UKJ4 - Kent
  • UKJ22 - East Sussex CC
  • UKJ27 - West Sussex (South West)
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire

Lot value (estimated)

3600000 GBP Excluding VAT

4320000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

19 May 2026, 00:00AM

Contract end date (estimated)

20 May 2029, 23:59PM

Extension end date (estimated)

13 May 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

After the initial 3 year period

There is an pption to extend for 2+1

Does the lot include options?

Yes

Description of options

The initial term of the Framework is 3 years,

SWS reserves the right to extend after the initial term up to a total of 6 years

extension 1 - 2 years

extension 2 - 1 year

Description of how multiple lots may be awarded

There will be no predetermined maximum number of suppliers admitted to each lot. However, in instances where a lot receives bids from more than four potential suppliers, only the top-scoring bidders will be selected. This approach is intended to maintain a competitive environment while ensuring quality and manageability within each lot. Tenderers will require a minimum total score of 50 at PQQ and ITT stage.

SWS reserves the right in its absolute discretion to increase or decrease these numbers in the event where in the circumstances of the scoring, this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process and to ensure desired coverage of the lot.

Similarly, SWS reserves the right to alter the numbers of Tenderers for each Lot if the total number of Tenderers cannot meet the full needs of the lot and if a fewer number of tenderers are needed then initially anticipated.

Participation

Conditions

Economic

Conditions of participation

As per Pre Qualification Questionnaire questions

Conditions

Economic

Conditions of participation

The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.

Participation

Conditions

Economic

Conditions of participation

As per Pre Qualification Questionnaire questions

Conditions

Economic

Conditions of participation

The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.

Award criteria

Type: quality

Name

Technical

Description

a) Tenderers shall have their answers to the ITT Technical Questions, scored in accordance with the Scoring Evaluation Criteria set out in this IITT.

b) These scores will then be moderated by SWS’ evaluation team.

c) Tenderers with total technical scores of less than 50 shall be excluded.

d) For each Lot SWS aims to award to the minimum number of defined suppliers, depending on awarded final scores. If SWS is satisfied that the top-ranking bidder is able to fulfil all the requirements set out in the Framework Agreement (including relevant specification and other Schedules)' of the relevant Lot, only that Tender will be appointed. The next ranked supplier(s) will only be awarded a place on the framework until all the below criteria may be satisfied:

i. capacity to cover all or some of the standards in the lots bided for

ii. the supplier (s) has achieved the minimum score of 50 and passed all other minimum requirements stipulated in the tender process.

iii. Full or partial coverage of Southern water region, in relation to the apprenticeship standards bided for;

SWS will award a position on the Framework to the proposals which are the most advantageous (MAT) to SWS, in accordance with the Procurement Act 2023 and this IITT which shall be assessed through the scoring of suppliers technical and commercial bids in accordance with the published evaluation criteria.

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Commercial

Description

For each apprenticeship standard, bidders must give a total price per apprentice, including End‑Point Assessment (EPA) and any eligible training costs.

The price submitted per standard must not exceed the official government cap (called the funding band maximum). Any costing above this cap is not funded and will score a maximum of 0.

Additional Charges: This section will not be evaluated as part of the scoring process; however, any prices submitted will be included in the final contractual agreement.

Green courses = courses currently used by SWS, weighted 60% of the total price score.

Blue courses = courses SWS may use in the future, weighted 40% of the total price score.

For each course a college offers, the score will be calculated using the following formula:

Score = (Cap − Price) / Cap ×100

If a bidder charges the full cap, they receive 0 points for that course

If a bidder charges less than the cap, they receive a higher score (lower price = higher score).

Bidders are only scored on courses they actually offer. If a course is not offered, it receives no score and incurs no penalty.

Within each course group, the total weight is distributed equally among the courses a college offers.

For example:

If a college offers four green courses, each course represents 15% of the group’s weight.

If a college offers only one green course, that course carries the full 60% weight for the green group.

Each bidder’s Commercial Score is calculated by totalling their course scores, weighted according to the green and blue group allocations described above.

The Commercial Score is then combined with the bidder’s ITT Technical Score to determine the best overall bids.

Weighting: 20

Weighting type: percentageExact

Construction in a built Environment

Lot number: Lot 5

Description

Chartered Surveyor (degree), Level 6, Civil Engineer (degree), Level 6, Civil engineering senior technician, Level 4, Civil engineering site management (degree), Level 6, Civil engineering technician, Level 3, Construction quantity surveyor (degree), Level 6, Design and construction management(degree), Level 6, Facilities management supervisor, Level 3, Facilities manager, Level 4, Facilities services operative, Level 2, Installation and maintenance electrician, Level 3, Senior and head of facilities management, (integrated degree), Level 6.

CPV classifications

  • 80530000 - Vocational training services

Delivery regions

  • UKJ4 - Kent
  • UKJ22 - East Sussex CC
  • UKJ27 - West Sussex (South West)
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire

Lot value (estimated)

3600000 GBP Excluding VAT

4320000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

19 May 2026, 00:00AM

Contract end date (estimated)

20 May 2029, 23:59PM

Extension end date (estimated)

13 May 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

After the initial 3 year period

There is an pption to extend for 2+1

Does the lot include options?

Yes

Description of options

The initial term of the Framework is 3 years,

SWS reserves the right to extend after the initial term up to a total of 6 years

extension 1 - 2 years

extension 2 - 1 year

Description of how multiple lots may be awarded

There will be no predetermined maximum number of suppliers admitted to each lot. However, in instances where a lot receives bids from more than four potential suppliers, only the top-scoring bidders will be selected. This approach is intended to maintain a competitive environment while ensuring quality and manageability within each lot. Tenderers will require a minimum total score of 50 at PQQ and ITT stage.

SWS reserves the right in its absolute discretion to increase or decrease these numbers in the event where in the circumstances of the scoring, this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process and to ensure desired coverage of the lot.

Similarly, SWS reserves the right to alter the numbers of Tenderers for each Lot if the total number of Tenderers cannot meet the full needs of the lot and if a fewer number of tenderers are needed then initially anticipated.

Participation

Conditions

Economic

Conditions of participation

As per Pre Qualification Questionnaire questions

Conditions

Economic

Conditions of participation

The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.

Award criteria

Type: quality

Name

Technical

Description

a) Tenderers shall have their answers to the ITT Technical Questions, scored in accordance with the Scoring Evaluation Criteria set out in this IITT.

b) These scores will then be moderated by SWS’ evaluation team.

c) Tenderers with total technical scores of less than 50 shall be excluded.

d) For each Lot SWS aims to award to the minimum number of defined suppliers, depending on awarded final scores. If SWS is satisfied that the top-ranking bidder is able to fulfil all the requirements set out in the Framework Agreement (including relevant specification and other Schedules)' of the relevant Lot, only that Tender will be appointed. The next ranked supplier(s) will only be awarded a place on the framework until all the below criteria may be satisfied:

i. capacity to cover all or some of the standards in the lots bided for

ii. the supplier (s) has achieved the minimum score of 50 and passed all other minimum requirements stipulated in the tender process.

iii. Full or partial coverage of Southern water region, in relation to the apprenticeship standards bided for;

SWS will award a position on the Framework to the proposals which are the most advantageous (MAT) to SWS, in accordance with the Procurement Act 2023 and this IITT which shall be assessed through the scoring of suppliers technical and commercial bids in accordance with the published evaluation criteria.

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Commercial

Description

For each apprenticeship standard, bidders must give a total price per apprentice, including End‑Point Assessment (EPA) and any eligible training costs.

The price submitted per standard must not exceed the official government cap (called the funding band maximum). Any costing above this cap is not funded and will score a maximum of 0.

Additional Charges: This section will not be evaluated as part of the scoring process; however, any prices submitted will be included in the final contractual agreement.

Green courses = courses currently used by SWS, weighted 60% of the total price score.

Blue courses = courses SWS may use in the future, weighted 40% of the total price score.

For each course a college offers, the score will be calculated using the following formula:

Score = (Cap − Price) / Cap ×100

If a bidder charges the full cap, they receive 0 points for that course

If a bidder charges less than the cap, they receive a higher score (lower price = higher score).

Bidders are only scored on courses they actually offer. If a course is not offered, it receives no score and incurs no penalty.

Within each course group, the total weight is distributed equally among the courses a college offers.

For example:

If a college offers four green courses, each course represents 15% of the group’s weight.

If a college offers only one green course, that course carries the full 60% weight for the green group.

Each bidder’s Commercial Score is calculated by totalling their course scores, weighted according to the green and blue group allocations described above.

The Commercial Score is then combined with the bidder’s ITT Technical Score to determine the best overall bids.

Weighting: 20

Weighting type: percentageExact

Engineering & Manufacturing

Lot number: Lot 6

Description

Asset manager, Level 4, Automation and controls engineering technician, Level 4, Electro-mechanical engineer, Level 6, Mechatronics maintenance technician, Level 3, Post graduate engineer, Level 7, Risk and safety management professional, (degree), Level 7, Science industry process and plant engineer (degree), Level 6, Water industry network technician, Level 3, Water network operative, Level 2, Water process operative, Level 2, Utilities engineering technician, Level 3, Engineering Maintenance Technician Level 3

CPV classifications

  • 80530000 - Vocational training services

Delivery regions

  • UKJ4 - Kent
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire
  • UKJ22 - East Sussex CC
  • UKJ27 - West Sussex (South West)

Lot value (estimated)

3200000 GBP Excluding VAT

4320000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

19 May 2026, 00:00AM

Contract end date (estimated)

20 May 2029, 23:59PM

Extension end date (estimated)

13 May 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

After the initial 3 year period

There is an pption to extend for 2+1

Does the lot include options?

Yes

Description of options

The initial term of the Framework is 3 years,

SWS reserves the right to extend after the initial term up to a total of 6 years

extension 1 - 2 years

extension 2 - 1 year

Description of how multiple lots may be awarded

There will be no predetermined maximum number of suppliers admitted to each lot. However, in instances where a lot receives bids from more than four potential suppliers, only the top-scoring bidders will be selected. This approach is intended to maintain a competitive environment while ensuring quality and manageability within each lot. Tenderers will require a minimum total score of 50 at PQQ and ITT stage.

SWS reserves the right in its absolute discretion to increase or decrease these numbers in the event where in the circumstances of the scoring, this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process and to ensure desired coverage of the lot.

Similarly, SWS reserves the right to alter the numbers of Tenderers for each Lot if the total number of Tenderers cannot meet the full needs of the lot and if a fewer number of tenderers are needed then initially anticipated.

Participation

Conditions

Economic

Conditions of participation

As per Pre Qualification Questionnaire questions

Conditions

Economic

Conditions of participation

The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.

Award criteria

Type: quality

Name

Technical

Description

a) Tenderers shall have their answers to the ITT Technical Questions, scored in accordance with the Scoring Evaluation Criteria set out in this IITT.

b) These scores will then be moderated by SWS’ evaluation team.

c) Tenderers with total technical scores of less than 50 shall be excluded.

d) For each Lot SWS aims to award to the minimum number of defined suppliers, depending on awarded final scores. If SWS is satisfied that the top-ranking bidder is able to fulfil all the requirements set out in the Framework Agreement (including relevant specification and other Schedules)' of the relevant Lot, only that Tender will be appointed. The next ranked supplier(s) will only be awarded a place on the framework until all the below criteria may be satisfied:

i. capacity to cover all or some of the standards in the lots bided for

ii. the supplier (s) has achieved the minimum score of 50 and passed all other minimum requirements stipulated in the tender process.

iii. Full or partial coverage of Southern water region, in relation to the apprenticeship standards bided for;

SWS will award a position on the Framework to the proposals which are the most advantageous (MAT) to SWS, in accordance with the Procurement Act 2023 and this IITT which shall be assessed through the scoring of suppliers technical and commercial bids in accordance with the published evaluation criteria.

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Commercial

Description

For each apprenticeship standard, bidders must give a total price per apprentice, including End‑Point Assessment (EPA) and any eligible training costs.

The price submitted per standard must not exceed the official government cap (called the funding band maximum). Any costing above this cap is not funded and will score a maximum of 0.

Additional Charges: This section will not be evaluated as part of the scoring process; however, any prices submitted will be included in the final contractual agreement.

Green courses = courses currently used by SWS, weighted 60% of the total price score.

Blue courses = courses SWS may use in the future, weighted 40% of the total price score.

For each course a college offers, the score will be calculated using the following formula:

Score = (Cap − Price) / Cap ×100

If a bidder charges the full cap, they receive 0 points for that course

If a bidder charges less than the cap, they receive a higher score (lower price = higher score).

Bidders are only scored on courses they actually offer. If a course is not offered, it receives no score and incurs no penalty.

Within each course group, the total weight is distributed equally among the courses a college offers.

For example:

If a college offers four green courses, each course represents 15% of the group’s weight.

If a college offers only one green course, that course carries the full 60% weight for the green group.

Each bidder’s Commercial Score is calculated by totalling their course scores, weighted according to the green and blue group allocations described above.

The Commercial Score is then combined with the bidder’s ITT Technical Score to determine the best overall bids.

Weighting: 20

Weighting type: percentageExact

Environmental

Lot number: Lot 7

Description

Ecologist (degree), Level 7, Environmental practitioner (degree), Level 6, Water environment worker, Level 3

CPV classifications

  • 80530000 - Vocational training services

Delivery regions

  • UKJ4 - Kent
  • UKJ22 - East Sussex CC
  • UKJ27 - West Sussex (South West)
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire

Lot value (estimated)

3200000 GBP Excluding VAT

4320000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

19 May 2026, 00:00AM

Contract end date (estimated)

20 May 2029, 23:59PM

Extension end date (estimated)

13 May 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

After the initial 3 year period

There is an pption to extend for 2+1

Does the lot include options?

Yes

Description of options

The initial term of the Framework is 3 years,

SWS reserves the right to extend after the initial term up to a total of 6 years

extension 1 - 2 years

extension 2 - 1 year

Description of how multiple lots may be awarded

There will be no predetermined maximum number of suppliers admitted to each lot. However, in instances where a lot receives bids from more than four potential suppliers, only the top-scoring bidders will be selected. This approach is intended to maintain a competitive environment while ensuring quality and manageability within each lot. Tenderers will require a minimum total score of 50 at PQQ and ITT stage.

SWS reserves the right in its absolute discretion to increase or decrease these numbers in the event where in the circumstances of the scoring, this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process and to ensure desired coverage of the lot.

Similarly, SWS reserves the right to alter the numbers of Tenderers for each Lot if the total number of Tenderers cannot meet the full needs of the lot and if a fewer number of tenderers are needed then initially anticipated.

Participation

Conditions

Economic

Conditions of participation

As per Pre Qualification Questionnaire questions

Conditions

Economic

Conditions of participation

The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.

Award criteria

Type: quality

Name

Technical

Description

a) Tenderers shall have their answers to the ITT Technical Questions, scored in accordance with the Scoring Evaluation Criteria set out in this IITT.

b) These scores will then be moderated by SWS’ evaluation team.

c) Tenderers with total technical scores of less than 50 shall be excluded.

d) For each Lot SWS aims to award to the minimum number of defined suppliers, depending on awarded final scores. If SWS is satisfied that the top-ranking bidder is able to fulfil all the requirements set out in the Framework Agreement (including relevant specification and other Schedules)' of the relevant Lot, only that Tender will be appointed. The next ranked supplier(s) will only be awarded a place on the framework until all the below criteria may be satisfied:

i. capacity to cover all or some of the standards in the lots bided for

ii. the supplier (s) has achieved the minimum score of 50 and passed all other minimum requirements stipulated in the tender process.

iii. Full or partial coverage of Southern water region, in relation to the apprenticeship standards bided for;

SWS will award a position on the Framework to the proposals which are the most advantageous (MAT) to SWS, in accordance with the Procurement Act 2023 and this IITT which shall be assessed through the scoring of suppliers technical and commercial bids in accordance with the published evaluation criteria.

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Commercial

Description

For each apprenticeship standard, bidders must give a total price per apprentice, including End‑Point Assessment (EPA) and any eligible training costs.

The price submitted per standard must not exceed the official government cap (called the funding band maximum). Any costing above this cap is not funded and will score a maximum of 0.

Additional Charges: This section will not be evaluated as part of the scoring process; however, any prices submitted will be included in the final contractual agreement.

Green courses = courses currently used by SWS, weighted 60% of the total price score.

Blue courses = courses SWS may use in the future, weighted 40% of the total price score.

For each course a college offers, the score will be calculated using the following formula:

Score = (Cap − Price) / Cap ×100

If a bidder charges the full cap, they receive 0 points for that course

If a bidder charges less than the cap, they receive a higher score (lower price = higher score).

Bidders are only scored on courses they actually offer. If a course is not offered, it receives no score and incurs no penalty.

Within each course group, the total weight is distributed equally among the courses a college offers.

For example:

If a college offers four green courses, each course represents 15% of the group’s weight.

If a college offers only one green course, that course carries the full 60% weight for the green group.

Each bidder’s Commercial Score is calculated by totalling their course scores, weighted according to the green and blue group allocations described above.

The Commercial Score is then combined with the bidder’s ITT Technical Score to determine the best overall bids.

Weighting: 20

Weighting type: percentageExact

Health & Science

Lot number: Lot 8

Description

Laboratory Scientist (Level 5), Laboratory Technician (Level 3), Psychological wellbeing practitioner(Level 6), Research Scientist (Level 7), Scientist (Level 6), Soil Scientist (Level 7), Technician Scientist (Level 5)

CPV classifications

  • 80530000 - Vocational training services

Delivery regions

  • UKJ4 - Kent
  • UKJ22 - East Sussex CC
  • UKJ27 - West Sussex (South West)
  • UKJ35 - South Hampshire
  • UKJ36 - Central Hampshire
  • UKJ37 - North Hampshire

Lot value (estimated)

3600000 GBP Excluding VAT

4320000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

19 May 2026, 00:00AM

Contract end date (estimated)

20 May 2029, 23:59PM

Extension end date (estimated)

13 May 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

After the initial 3 year period

There is an pption to extend for 2+1

Does the lot include options?

Yes

Description of options

The initial term of the Framework is 3 years,

SWS reserves the right to extend after the initial term up to a total of 6 years

extension 1 - 2 years

extension 2 - 1 year

Description of how multiple lots may be awarded

There will be no predetermined maximum number of suppliers admitted to each lot. However, in instances where a lot receives bids from more than four potential suppliers, only the top-scoring bidders will be selected. This approach is intended to maintain a competitive environment while ensuring quality and manageability within each lot. Tenderers will require a minimum total score of 50 at PQQ and ITT stage.

SWS reserves the right in its absolute discretion to increase or decrease these numbers in the event where in the circumstances of the scoring, this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process and to ensure desired coverage of the lot.

Similarly, SWS reserves the right to alter the numbers of Tenderers for each Lot if the total number of Tenderers cannot meet the full needs of the lot and if a fewer number of tenderers are needed then initially anticipated.

Participation

Conditions

Economic

Conditions of participation

As per Pre Qualification Questionnaire questions

Conditions

Economic

Conditions of participation

The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.

Participation

Conditions

Economic

Conditions of participation

As per Pre Qualification Questionnaire questions

Conditions

Economic

Conditions of participation

The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.

Award criteria

Type: quality

Name

Technical

Description

a) Tenderers shall have their answers to the ITT Technical Questions, scored in accordance with the Scoring Evaluation Criteria set out in this IITT.

b) These scores will then be moderated by SWS’ evaluation team.

c) Tenderers with total technical scores of less than 50 shall be excluded.

d) For each Lot SWS aims to award to the minimum number of defined suppliers, depending on awarded final scores. If SWS is satisfied that the top-ranking bidder is able to fulfil all the requirements set out in the Framework Agreement (including relevant specification and other Schedules)' of the relevant Lot, only that Tender will be appointed. The next ranked supplier(s) will only be awarded a place on the framework until all the below criteria may be satisfied:

i. capacity to cover all or some of the standards in the lots bided for

ii. the supplier (s) has achieved the minimum score of 50 and passed all other minimum requirements stipulated in the tender process.

iii. Full or partial coverage of Southern water region, in relation to the apprenticeship standards bided for;

SWS will award a position on the Framework to the proposals which are the most advantageous (MAT) to SWS, in accordance with the Procurement Act 2023 and this IITT which shall be assessed through the scoring of suppliers technical and commercial bids in accordance with the published evaluation criteria.

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Commercial

Description

For each apprenticeship standard, bidders must give a total price per apprentice, including End‑Point Assessment (EPA) and any eligible training costs.

The price submitted per standard must not exceed the official government cap (called the funding band maximum). Any costing above this cap is not funded and will score a maximum of 0.

Additional Charges: This section will not be evaluated as part of the scoring process; however, any prices submitted will be included in the final contractual agreement.

Green courses = courses currently used by SWS, weighted 60% of the total price score.

Blue courses = courses SWS may use in the future, weighted 40% of the total price score.

For each course a college offers, the score will be calculated using the following formula:

Score = (Cap − Price) / Cap ×100

If a bidder charges the full cap, they receive 0 points for that course

If a bidder charges less than the cap, they receive a higher score (lower price = higher score).

Bidders are only scored on courses they actually offer. If a course is not offered, it receives no score and incurs no penalty.

Within each course group, the total weight is distributed equally among the courses a college offers.

For example:

If a college offers four green courses, each course represents 15% of the group’s weight.

If a college offers only one green course, that course carries the full 60% weight for the green group.

Each bidder’s Commercial Score is calculated by totalling their course scores, weighted according to the green and blue group allocations described above.

The Commercial Score is then combined with the bidder’s ITT Technical Score to determine the best overall bids.

Weighting: 20

Weighting type: percentageExact

Isle of Wight

Lot number: Lot 9

Description

Automation and controls engineering technician, Level 4, Mechatronics maintenance technician, Level 3, Water industry network technician, Level 3, Water industry treatment process technician, Level 3, Water network operative, Level 2, Water process operative, Level 2, Water treatment technician, Level 3, Water Industry Asset Maintenance Technician Level 3, Engineering Maintenance Technician Level 3

CPV classifications

  • 80530000 - Vocational training services

Delivery regions

  • UKJ34 - Isle of Wight

Lot value (estimated)

3200000 GBP Excluding VAT

4320000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

19 May 2026, 00:00AM

Contract end date (estimated)

20 May 2029, 23:59PM

Extension end date (estimated)

13 May 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

After the initial 3 year period

There is an pption to extend for 2+1

Does the lot include options?

Yes

Description of options

The initial term of the Framework is 3 years,

SWS reserves the right to extend after the initial term up to a total of 6 years

extension 1 - 2 years

extension 2 - 1 year

Description of how multiple lots may be awarded

There will be no predetermined maximum number of suppliers admitted to each lot. However, in instances where a lot receives bids from more than four potential suppliers, only the top-scoring bidders will be selected. This approach is intended to maintain a competitive environment while ensuring quality and manageability within each lot. Tenderers will require a minimum total score of 50 at PQQ and ITT stage.

SWS reserves the right in its absolute discretion to increase or decrease these numbers in the event where in the circumstances of the scoring, this appears to SWS to be appropriate having regard to the variation in scores between the potential Tenderers to ensure sufficient competition is retained in the process and to ensure desired coverage of the lot.

Similarly, SWS reserves the right to alter the numbers of Tenderers for each Lot if the total number of Tenderers cannot meet the full needs of the lot and if a fewer number of tenderers are needed then initially anticipated.

Participation

Conditions

Economic

Conditions of participation

As per Pre Qualification Questionnaire questions

Conditions

Economic

Conditions of participation

The objective of this tender is to select a range of Suppliers for each Lot who are capable of providing Apprenticeships standards recognised by Skills England via the Growth and Skills Levy, as set out in the Lot categories listed in the tender pack and in this notice. In responding to this tender, suppliers are confirming they are able to undertake the full suite or part of the services, for the relevant Lot, set out in the Framework Agreement which includes associated schedules.

Award criteria

Type: quality

Name

Technical

Description

a) Tenderers shall have their answers to the ITT Technical Questions, scored in accordance with the Scoring Evaluation Criteria set out in this IITT.

b) These scores will then be moderated by SWS’ evaluation team.

c) Tenderers with total technical scores of less than 50 shall be excluded.

d) For each Lot SWS aims to award to the minimum number of defined suppliers, depending on awarded final scores. If SWS is satisfied that the top-ranking bidder is able to fulfil all the requirements set out in the Framework Agreement (including relevant specification and other Schedules)' of the relevant Lot, only that Tender will be appointed. The next ranked supplier(s) will only be awarded a place on the framework until all the below criteria may be satisfied:

i. capacity to cover all or some of the standards in the lots bided for

ii. the supplier (s) has achieved the minimum score of 50 and passed all other minimum requirements stipulated in the tender process.

iii. Full or partial coverage of Southern water region, in relation to the apprenticeship standards bided for;

SWS will award a position on the Framework to the proposals which are the most advantageous (MAT) to SWS, in accordance with the Procurement Act 2023 and this IITT which shall be assessed through the scoring of suppliers technical and commercial bids in accordance with the published evaluation criteria.

Weighting: 80

Weighting type: percentageExact

Type: price

Name

Commercial

Description

For each apprenticeship standard, bidders must give a total price per apprentice, including End‑Point Assessment (EPA) and any eligible training costs.

The price submitted per standard must not exceed the official government cap (called the funding band maximum). Any costing above this cap is not funded and will score a maximum of 0.

Additional Charges: This section will not be evaluated as part of the scoring process; however, any prices submitted will be included in the final contractual agreement.

Green courses = courses currently used by SWS, weighted 60% of the total price score.

Blue courses = courses SWS may use in the future, weighted 40% of the total price score.

For each course a college offers, the score will be calculated using the following formula:

Score = (Cap − Price) / Cap ×100

If a bidder charges the full cap, they receive 0 points for that course

If a bidder charges less than the cap, they receive a higher score (lower price = higher score).

Bidders are only scored on courses they actually offer. If a course is not offered, it receives no score and incurs no penalty.

Within each course group, the total weight is distributed equally among the courses a college offers.

For example:

If a college offers four green courses, each course represents 15% of the group’s weight.

If a college offers only one green course, that course carries the full 60% weight for the green group.

Each bidder’s Commercial Score is calculated by totalling their course scores, weighted according to the green and blue group allocations described above.

The Commercial Score is then combined with the bidder’s ITT Technical Score to determine the best overall bids.

Weighting: 20

Weighting type: percentageExact

Submission

Tender submission deadline

10 February 2026, 10:00AM

Enquiry deadline

22 January 2026, 15:00PM

Date of award of contract

03 March 2026, 23:59PM

Submission address and any special instructions

The procurement documents are available for unrestricted and full direct access, free of charge, athttps://southernwater.bravosolution.co.uk/Additional information can be obtained from the above-mentioned addressTenders or requests to participate must be submitted electronically viahttps://southernwater.bravosolution.co.ukTenders or requests to participate must be submitted to the above-mentioned addressIf you are interested in bidding for this tender, please be aware that you will need to have registered on the central digital platform before you will be able to bid. This will require you to complete some information and then you will be provided with a unique identifier. For more information on how to register, please follow the below link:how to register on the CDP

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Description

Not published

Coding

Commodity categories

ID Title Parent category
80530000 Vocational training services Training services

Delivery locations

ID Description
There are no delivery locations for this notice.

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.

About the buyer

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

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.