Contract notice
Section I: Contracting
authority
I.1) Name and addresses
West of England Combined Authority
70 Redcliffe Street
Bristol
BS1 6ER
UK
Contact person: Mr Greg Derrick
Telephone: +44 7385430560
E-mail: greg.derrick@westofengland-ca.gov.uk
NUTS: UKK
Internet address(es)
Main address: https://www.westofengland-ca.org.uk/
Address of the buyer profile: https://www.westofengland-ca.org.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com/Procurer/Advert/View?advertId=aeb3f6f6-066c-ee11-8124-005056b64545&fromAdvertEvent=True
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com
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
Tech Adoption Programme
Reference number: DN694541
II.1.2) Main CPV code
72150000
II.1.3) Type of contract
Services
II.1.4) Short description
Tech Adoption service for SMEs (Small Medium Enterprises) in the west of England.
The service will provide an initial in-depth business diagnostic, identifying opportunities for technology adoption specifically in the three areas of inbound sales, outbound sales and systems & processes. This should also include in-depth analysis of the digital skills needs of employees in relation to the identified tech adoption opportunities, as well as the wider businesses operations. This will then lead to no less than four days for direct 1-2-1 consultancy and where applicable, workshops for employees, supporting the role out of the selected project.
On completion of the project there will there is a requirement for an initial impact review of the project and the support delivered, which will capture learnings and provide suggestions on how to build on for longer term impact. It is also an expectation that there will be a catchup service, where the delivery partner will make contact and assess progress, at three and six months after the completion of their support journey.
II.1.5) Estimated total value
Value excluding VAT:
400 000.00
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:
UKK
II.2.4) Description of the procurement
Tech Adoption service for SMEs (Small Medium Enterprises) in the west of England.
The service will provide an initial in-depth business diagnostic, identifying opportunities for technology adoption specifically in the three areas of inbound sales, outbound sales and systems & processes. This should also include in-depth analysis of the digital skills needs of employees in relation to the identified tech adoption opportunities, as well as the wider businesses operations. This will then lead to no less than four days for direct 1-2-1 consultancy and where applicable, workshops for employees, supporting the role out of the selected project.
On completion of the project there will there is a requirement for an initial impact review of the project and the support delivered, which will capture learnings and provide suggestions on how to build on for longer term impact. It is also an expectation that there will be a catchup service, where the delivery partner will make contact and assess progress, at three and six months after the completion of their support journey.
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: 36
This contract is subject to renewal: Yes
Description of renewals:
2 + 1 extension options
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Selection Criteria as stated in the procurement documents.
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.2.3) 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.1.8) 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:
13/11/2023
Local time: 14:00
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: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
13/11/2023
Local time: 14:00
Place:
Proactis tender portal
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
WC1A 2 LL
UK
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
16/10/2023