Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West Midlands Combined Authority
16 Summer Lane
Birmingham
B19 3SD
UK
Telephone: +44 3453036760
E-mail: william.pemberton@wmca.org.uk
NUTS: UKG
Internet address(es)
Main address: https://www.wmca.org.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://wmca.bravosolution.co.uk/go/63352690018BED8C5659
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://wmca.bravosolution.co.uk/go/63352690018BED8C5659
Tenders or requests to participate must be sent to the abovementioned address
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
Supply Chain Transition Programme
II.1.2) Main CPV code
79411100
II.1.3) Type of contract
Services
II.1.4) Short description
WMCA are seeking up to 4 Provider/s with a demonstrable track record of providing services that can deliver this programme. Providers can be a single organisation or part of a consortium. The £1 million programme will be split equally and delivered across 4 of the 12 Plan for Growth clusters, with each cluster provider supporting 40 businesses (160 total). The value of each contract awarded will be £250,000. Providers can bid to deliver against any of the 12 clusters and are permitted to bid on more than one cluster. Providers bidding on more than one cluster will be required to submit a separate response for each.
Brand and collateral
Successful providers will initially be required to promote the programme to the target audience, explaining the offer succinctly and providing a distinctive brand and marketing collateral (digital collateral can be hosted on www.businessgrowthwestmidlands.org.uk). The provider should work collaboratively with BGWM and ensure any BGWM branding requirements are met.
Business Engagement & Recruitment
Businesses will be referred to the successful providers by the Business Growth West Midlands service, following an initial diagnostic and assessment. This will identify firms with an interest in taking part in the programme
The providers will promote the programme alongside BGWM’s activities but must align their processes and client journey to avoid confusion and duplication.
The providers should engage with stakeholders to support the promotion of the programme, including universities, national support programmes such as Made Smarter and private sector networks such as Make UK.
Workshops and one-to-one support
Following initial diagnostic and referral from BGWM the providers will be required to deliver workshops and 1-2-1 support to all 40 businesses within their cluster area. Activity can include small group workshops delivered by a technical specialist, and visits to Original Equipment Manufacturer (OEM) or key customer premises where relevant.
Providers must offer each business a minimum of three hours of one-to-one coaching in addition to a programme of group workshops.
Workshops and 1-2-1 Support will cover, but not be limited to:
Overview of the opportunity, key customers, processes and technology
Accreditations, standards and other requirements
Sales and Marketing
Bidding for, winning and managing contracts
Skills, qualifications, training and recruitment
Risk
Change management
Preparation of a roadmap towards new sales in the target cluster(s)
Risk analysis, mitigation, prevention, and planning
Enhancing the capacity and/or capability of the management team and board of directors
New accreditations or certifications
Marketing strategy development and execution
Training and recruitment – needs analysis and planning
Meet the Buyer event(s)
Meet the Buyer events will be facilitated by the successful suppliers to give businesses the opportunity to meet buyers from key customers and OEMs to explore new contract opportunities. A Meet the Buyer event should be delivered for each cluster area and designed in collaboration with BGWM marketing team.
Assist and inform the evaluation.
An independent evaluation will be commissioned by a third party, to commence midway through the programme. This will provide initial feedback to the programme providers to inform delivery. The providers should support this process by giving the evaluators access to relevant information.
II.1.5) Estimated total value
Value excluding VAT:
1 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
see above description
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End:
31/03/2025
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:
No
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
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:
20/12/2023
Local time: 17:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
21/12/2023
Local time: 09:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
20/11/2023