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

Tech Adoption Programme

  • First published: 18 October 2023
  • Last modified: 18 October 2023
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-040c5f
Published by:
West of England Combined Authority
Authority ID:
AA69113
Publication date:
18 October 2023
Deadline date:
13 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72150000 Computer audit consultancy and hardware consultancy services Hardware consultancy 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:
greg.derrick@westofengland-ca.gov.uk
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.