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.

Sub-Contract Opportunity

Communities for Work and PaCE Training Provision

  • First published: 01 June 2016
  • Last modified: 01 June 2016

Contents

Summary

OCID:
ocds-kuma6s-046526
Published by:
ACT Ltd
Authority ID:
AA50605
Publication date:
01 June 2016
Deadline date:
01 July 2016
Notice type:
Sub-Contract Opportunity
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Welsh Government has developed two Operations, funded by the European Social Fund (ESF), aimed at tackling poverty in communities through sustainable employment. This will build on the success of Welsh Government’s Communities First programme, Department for Works and Pensions (DWP) Want to Work project and the Communities First and DWP jointly funded Parent Employment Adviser (PEA) initiative. This tender covers both Operations; the first is called the Communities for Work (CfW) Operation and the second Parents, Childcare and Employment Operation (PaCE). The Communities for Work Operation will operate in Communities First clusters only and PaCE will operate exclusively outside Communities First clusters. The intention is to provide a pan-Wales training programme using ACT’s in house delivery team and current quality assured network of sub-contractors. We invite new suppliers to join our network of sub-providers, in order to deliver the framework courses under this programme. The programme will follow 2 specific ESF Priorities, these are: ESF Priority 1: Tackling Poverty through Sustainable Employment: To increase the employability of Economically Inactive and Long Term Unemployed people aged 25 and over, who have complex barriers to employment. This will make up 80% of the provision. ESF Priority 3: Youth Employment Attainment, To reduce the number of 16-24 year olds who are Not in Education Employment or Training (NEET). To meet these priorities, the successful sub-contractor will provide a high quality shelf of training provision up to level 2 based on the CQFW. The type of training will include: 1. Personal Development – Motivational, Employability, Job Search, Interview Skills, Essential Skills, Digital / Computer Skills etc. 2. Vocational Skills – Accredited qualifications, Food Hygiene, LGV, HGV, Forklift License, Retail, Health & Social Care etc… 3. Specialist Provision – Bespoke courses tailored to a specific job offer and/or local labour market intelligence It is essential that the Framework and each subsequent training requirement are delivered in accordance with WEFO guidance. Evidence will be sought to verify that the ESF support has been properly acknowledged throughout the duration of the Framework e.g. correct use of logos on documentation and other publicity and information material, including electronic material. All systems must be compliant with the Welsh Standards and in line with the Welsh Government’s Welsh Language Scheme and Iaith Pawb, the National Action Plan for a bilingual Wales, where possible; all publicity activity relating to the project should be bilingual. The Welsh Language Standards aim to improve the bilingual services that the people of Wales can expect to receive from their Government. They clearly set out what our responsibilities are in terms of providing excellent bilingual services and ensuring that the Welsh language is not treated any less favourably than the English language. Potential sub-contractors will be required to undertake a quality, as well as, health and safety risk assessment. This will determine their suitability to deliver the framework courses under this programme. Potential sub-contractors will be observed and monitored for compliance, as part of the quality monitoring process. Where possible, potential sub-contractors will use their premises to deliver training, however, it is the intention to deliver training within the local Communities First and PaCE areas. Health & safety risk assessments will be carried out on local venues being utilised for courses, in order to determine whether they meet the minimum standards. All trainers employed by potential sub-contractors will be required to have the necessary Disclosure Barring Service (DBS) checks and evidence of checks supplied. Where these are not satisfactory we will decline to allow the successful subcontractor to continue using the trainer. When the subcontractor wants to use a new trainer

Full notice text

Sub-Contract - Opportunity

SERVICES

1 Purchasing Organisation Details

1.1

Purchasing Organisation Name and Address


ACT Ltd

Learning for Work, Ocean Park House, East Tyndal Street,

Cardiff

CF24 5ET

UK

Lisa Edwards

+44 2920464727


http://www.acttraining.org.uk/

1.2

Obtaining Documentation

LisaEdwards@acttraining.org.uk

1.3

Further Information

Request for further information should be submitted through the Questions and Answers function on Sell2Wales. Please record your interest in the notice to submit a question.

1.4

Receipt of Documents

Completed documents should be returned through the Sell2Wales post box facility. Please record your interest in the notice to submit a response.

2 Contract Details

2.1

Title

Communities for Work and PaCE Training Provision

2.2

Reference number attributed to the notice by the contracting purchasing organisation

N/a

2.3

Details of the Main Contract

Published ID: DEC114457

Title: Managed Training Services for Communites for Work & Parents, Childcare and Employment projects

Purchasing Organisation: Welsh Government

2.4

Description of the goods or services required

Welsh Government has developed two Operations, funded by the European Social Fund (ESF), aimed at tackling poverty in communities through sustainable employment. This will build on the success of Welsh Government’s Communities First programme, Department for Works and Pensions (DWP) Want to Work project and the Communities First and DWP jointly funded Parent Employment Adviser (PEA) initiative. This tender covers both Operations; the first is called the Communities for Work (CfW) Operation and the second Parents, Childcare and Employment Operation (PaCE). The Communities for Work Operation will operate in Communities First clusters only and PaCE will operate exclusively outside Communities First clusters.

The intention is to provide a pan-Wales training programme using ACT’s in house delivery team and current quality assured network of sub-contractors. We invite new suppliers to join our network of sub-providers, in order to deliver the framework courses under this programme.

The programme will follow 2 specific ESF Priorities, these are:

ESF Priority 1: Tackling Poverty through Sustainable Employment: To increase the employability of Economically Inactive and Long Term Unemployed people aged 25 and over, who have complex barriers to employment. This will make up 80% of the provision.

ESF Priority 3: Youth Employment Attainment, To reduce the number of 16-24 year olds who are Not in Education Employment or Training (NEET).

To meet these priorities, the successful sub-contractor will provide a high quality shelf of training provision up to level 2 based on the CQFW. The type of training will include:

1. Personal Development – Motivational, Employability, Job Search, Interview Skills, Essential Skills, Digital / Computer Skills etc.

2. Vocational Skills – Accredited qualifications, Food Hygiene, LGV, HGV, Forklift License, Retail, Health & Social Care etc…

3. Specialist Provision – Bespoke courses tailored to a specific job offer and/or local labour market intelligence

It is essential that the Framework and each subsequent training requirement are delivered in accordance with WEFO guidance. Evidence will be sought to verify that the ESF support has been properly acknowledged throughout the duration of the Framework e.g. correct use of logos on documentation and other publicity and information material, including electronic material.

All systems must be compliant with the Welsh Standards and in line with the Welsh Government’s Welsh Language Scheme and Iaith Pawb, the National Action Plan for a bilingual Wales, where possible; all publicity activity relating to the project should be bilingual. The Welsh Language Standards aim to improve the bilingual services that the people of Wales can expect to receive from their Government. They clearly set out what our responsibilities are in terms of providing excellent bilingual services and ensuring that the Welsh language is not treated any less favourably than the English language.

Potential sub-contractors will be required to undertake a quality, as well as, health and safety risk assessment. This will determine their suitability to deliver the framework courses under this programme. Potential sub-contractors will be observed and monitored for compliance, as part of the quality monitoring process. Where possible, potential sub-contractors will use their premises to deliver training, however, it is the intention to deliver training within the local Communities First and PaCE areas. Health & safety risk assessments will be carried out on local venues being utilised for courses, in order to determine whether they meet the minimum standards.

All trainers employed by potential sub-contractors will be required to have the necessary Disclosure Barring Service (DBS) checks and evidence of checks supplied. Where these are not satisfactory we will decline to allow the successful subcontractor to continue using the trainer. When the subcontractor wants to use a new trainer they will have to provide a positive DBS before they can work on any course under this Framework Agreement.

Potential sub-contractors will be required to use a fully integrated Learner Management System (LMS) to catalogue provision. The system would also be required to facilitate bookings on to available courses. The training lists on LMS will be designed to have easy access for Communities for Work and PaCE teams. The on-line portal will provide a comprehensive suite of training provision that can be tailored for individuals, groups and specific employment opportunities. This will be operational Summer 2016.

Framework courses and bespoke training for the Communities for Work and PaCE Training Provision is already underway in eight pilot areas throughout Wales. Training for the remaining Communities First Clusters and PaCE areas will be operational by July 2016.

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=46260.

2.5

Notice Coding and Classification

80000000 Education and training services
80400000 Adult and other education services
100 UK - All
1000 WALES
1010 West Wales and The Valleys
1011 Isle of Anglesey
1012 Gwynedd
1013 Conwy and Denbighshire
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1017 Bridgend and Neath Port Talbot
1018 Swansea
1020 East Wales
1021 Monmouthshire and Newport
1022 Cardiff and Vale of Glamorgan
1023 Flintshire and Wrexham
1024 Powys

3 Administrative Information

3.1

Type of Procedure

Single stage - Any candidate may submit a tender.

3.2

Time Limits



Time-limit for receipt of completed tenders
    01-07-2016  Time  12:00

Estimated award date 01-08-2016

3.3

Tender Submission Postbox

The awarding purchasing organisation has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility. Further details are 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. The postbox closes precisely at the time stated.

4 Other Information

4.1

Additional Information

Sub-contracting opportunities published on Sell2Wales are business-to-business transactions and are not subject to the normal public sector and EU rules regarding procurement. The Welsh Government does not accept responsibility or liability for the content, evaluation or award of sub-contracting opportunities.

(WA Ref:46260)

Relates to the following project/programme financed by EU Community Funds: Communities for Work (CfW) Operation and Parents, Childcare and Employment (PaCE) Operation.

4.2

Additional Documentation

4.3

Publication date of this notice

 01-06-2016

Coding

Commodity categories

ID Title Parent category
80400000 Adult and other education services Education and training services
80000000 Education and training services Education

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

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
02/06/2016 13:07
Communities for Work and PaCE Training Provision
There is no formal tender documentation related to this training provision. By clicking the noted interest box, you have expressed an interest in becoming a delivery partner with ACT Training.
A member of staff from ACT Training will be in contact

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.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.