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.

Contract Notice

DCC Competency Programmes

  • First published: 12 June 2019
  • Last modified: 12 June 2019

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:
Published by:
Dwr Cymru
Authority ID:
AA73070
Publication date:
12 June 2019
Deadline date:
14 June 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The introduction of progression in role (a competency framework) training programme across Welsh Water requires all members of staff to demonstrate both role competency and continuous improvement through the acquisition of knowledge and skills relevant to their roles.

The competency programmes are designed to support Welsh Water in achieving and demonstrating compliance with all legislative, regulatory and industry competency requirements as required and defined by the Water Industry Competent Operator Scheme (COS).

DCC’s competency programmes provide the means by which an individual’s competency in a role is measured and highlights areas which require development. DCC’s existing competency framework, consisting of the delivery of training followed by assessment, has been successfully introduced across the business for the following roles:

— Water Production Technician,

— Wastewater Process Operator,

— Water Distribution Inspector,

— Wastewater Networks Operator,

— Wastewater Process.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

Dwr Cymru

Pentwyn Road, Nelson

Treharris

CF46 6LY

UK

Contact person: Scott Carter

Telephone: +44 1234567890

E-mail: scott.carter@dwrcymru.com

NUTS: UK

Internet address(es)

Main address: https://www.dwrcymru.com

Address of the buyer profile: https://dwrcymru-welshwater.bravosolution.co.uk/web/login.html

I.3) Communication

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

https://dwrcymru-welshwater.bravosolution.co.uk/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://dwrcymru-welshwater.bravosolution.co.uk/web/login.html


Tenders or requests to participate must be sent to the abovementioned address


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://dwrcymru-welshwater.bravosolution.co.uk/web/login.html


I.6) Main activity

Water

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DCC Competency Programmes

Reference number: DCWW/365/2017

II.1.2) Main CPV code

65130000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The introduction of progression in role (a competency framework) training programme across Welsh Water requires all members of staff to demonstrate both role competency and continuous improvement through the acquisition of knowledge and skills relevant to their roles.

The competency programmes are designed to support Welsh Water in achieving and demonstrating compliance with all legislative, regulatory and industry competency requirements as required and defined by the Water Industry Competent Operator Scheme (COS).

DCC’s competency programmes provide the means by which an individual’s competency in a role is measured and highlights areas which require development. DCC’s existing competency framework, consisting of the delivery of training followed by assessment, has been successfully introduced across the business for the following roles:

— Water Production Technician,

— Wastewater Process Operator,

— Water Distribution Inspector,

— Wastewater Networks Operator,

— Wastewater Process.

II.1.5) Estimated total value

Value excluding VAT: 750 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

80511000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UKL — Wales And Hereford

II.2.4) Description of the procurement

The introduction of progression in role (a competency framework) training programme across Welsh Water requires all members of staff to demonstrate both role competency and continuous improvement through the acquisition of knowledge and skills relevant to their roles.

The competency programmes are designed to support Welsh Water in achieving and demonstrating compliance with all legislative, regulatory and industry competency requirements as required and defined by the Water Industry Competent Operator Scheme (COS).

DCC’s competency programmes provide the means by which an individual’s competency in a role is measured and highlights areas which require development. DCC’s existing competency framework, consisting of the delivery of training followed by assessment, has been successfully introduced across the business for the following roles:

— Water Production Technician,

— Wastewater Process Operator,

— Water Distribution Inspector,

— Wastewater Networks Operator,

— Wastewater Process.

II.2.5) Award criteria

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

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

The framework will run for an initial period of 3 years, with an option to extend annually for a further 2 years (3 + 1 + 1) at the sole discretion of DCC.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The framework will run for an initial period of 3 years, with an option to extend annually for a further 2 years (3 + 1 + 1) at the sole discretion of DCC.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with a single operator.

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 14/06/2019

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

EN

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

Tender must be valid until: 01/10/2019

IV.2.7) Conditions for opening of tenders

Date: 26/07/2019

Local time: 12:00

Information about authorised persons and opening procedure:

Scott Carter Procurement — opened Via DCC Welsh Water Bravo Portal.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

5 years max 3 year minimum.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

Dŵr Cymru Cyfyngedig

Pentwyn Road, Nelson

Treharris

CF46 6LY

UK

Telephone: +44 1443425300

E-mail: scott.carter@dwrcymru.com

Internet address(es)

URL: www.dwrcymru.com

VI.5) Date of dispatch of this notice

07/06/2019

Coding

Commodity categories

ID Title Parent category
65130000 Operation of water supplies Water distribution and related services
80511000 Staff training services Specialist training services

Delivery locations

ID Description
100 UK - All

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:
scott.carter@dwrcymru.com
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.