Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cheshire East Borough Council
Westfields, Middlewich Road
Sandbach
CW11 1HZ
UK
Contact person: Ms Tracy Roberts
Telephone: +44 1270686973
E-mail: tracy.roberts@cheshireeast.gov.uk
NUTS: UKD62
Internet address(es)
Main address: http://www.cheshireeast.gov.uk/
Address of the buyer profile: http://www.cheshireeast.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.the-chest.org.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.the-chest.org.uk/
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Adult and Community Learning 2024-25
Reference number: DN715967
II.1.2) Main CPV code
80400000
II.1.3) Type of contract
Services
II.1.4) Short description
Your bids should address the Learning Environment, and at least one of the following:
• Employment
• Journey towards Employment
• SEND
• Maths
• English
• Digital Skills.
Learning Environment
Your provision should:
• remove barriers to learning through opening hours, locations, resource provision, equal
opportunities, and flexible learning;
• set out to enable and empower learners to thrive independently in an enjoyable, relaxed, and
supportive environment;
• be based within the borough of Cheshire East (unless you are offering online learning);
• meet the needs of Cheshire East residents and partner organisations;
• have a proven delivery model which has a significant impact on the progression of our
learners;
• demonstrate how you offer multiple entry points to learners from Cheshire East area;
• comply with the Equality Act 2010.
Applicants should address the following:
• provide applications that are realistic, achievable, and measurable;
• recruit and enrol learners in line with the ESFA eligibility guidance for the current academic year;
• ensure all your tutors and delivery staff are trained and qualified to at least Level 3 and hold a training/teaching qualification;
• demonstrate your initial assessment processes and how this knowledge will inform the programme of learning aims and delivery format;
• ensure all learners are aware of that the S&LL funding for your projects originates from the ESFA;
• demonstrate that high quality information, advice, and guidance (IAG) are available and used to all learners for them to make the biggest gains regarding personal and employability skills;
• include an overview of your processes for capturing learner destination and progression information, whether processes need to be developed or how existing processes will be developed further;
• achieve targets of 85% for retention, achievement, and timely success;
• ensure learners are safe and always have enjoyable learning experiences;
• ensure that policies and processes (including adherence to DBS legislation) are in place to ensure the security and safety of learners are understood and agreed by the whole organisation (be this through induction and/or training);
• ensure your programmes are accessible to all with appropriate arrangements in place for those with access issues;
• demonstrate your venues are risk assessed for Health and Safety;
• align your applications to the needs of the local community and local employers;
• ensure that timely completion on programmes is predicted accurately and in consultation with the learner and in line with the expectations of S&LL, ESFA minimum standards and Ofsted.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
AEB: Accredited Learning
II.2.2) Additional CPV code(s)
80400000
II.2.3) Place of performance
NUTS code:
UKD62
II.2.4) Description of the procurement
Accredited Learning (Lot 1) will focus on qualifications supporting employability skills, ICT, English, and maths particularly those who are most disadvantaged with the aim of enhancing learners’ work prospects.
S&LL will retain 20% of the Education and Skills Funding Agency published funding rate for a learning aim for contract and performance management, quality assurance and support, the processing of data for analysis and processing the returns to the Education and Skills Funding Agency.
Where regulated qualifications are delivered, they must be eligible for AEB funding and available at find a learning aim https://submit-learner-data.service.gov.uk/find-a-learning-aim/
This LOT is for bids equal to or Lower than £100,000 per year
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: 12
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
There is an option to extend of 1 x 12 months subject to funding.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
AEB: Non-accredited Learning (Community Learning)
II.2.2) Additional CPV code(s)
80400000
II.2.3) Place of performance
NUTS code:
UKD62
II.2.4) Description of the procurement
Non-accredited Learning (Lot 2) will focus on turning around the lives of local people to enhance their employability, maximising the impact on the social and economic wellbeing of individuals, families, and communities, particularly those who are most disadvantaged.
Payment will be by results for non-accredited learning. Complete funding will only be paid at the discretion of the S&LL Contract Manager, once learner targets have been met and a satisfactory data report has been processed.
This LOT is for bids equal to or less than £50,000 per year.
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: 12
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
There is an option to extend of 1 x 12 months subject to funding.
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/04/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
24/04/2024
Local time: 12:00
Information about authorised persons and opening procedure:
Seal will be broken by a senior member of management
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
LONDON
UK
VI.5) Date of dispatch of this notice
20/03/2024