Construction Industry Training Board is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | England Construction Opportunities |
Notice type: | Contract Notice |
Authority: | Construction Industry Training Board |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | CITB requires several suppliers to further develop construction employment opportunities in England through a new commission. The specific criteria in the tender will focus on the support provided in the workplace through job coaching, mentoring, employer engagement, peer and buddy systems or other appropriate support measures to improve the quality and sustainability of work outcomes. The commission will require providers to have in place pre-existing relationships with other agencies to manage the training and development required for an individual to become employment and site ready to enter a construction job. |
Published: | 16/06/2022 08:51 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Construction Industry Training Board
Sand Martin House, Fletton Quays, Bitterne Way, Peterborough, PE2 8TY, United Kingdom
Tel. +44 7920084984, Email: elaine.morrissey@citb.co.uk
Contact: Elaine Morrissey
Main Address: www.citb.co.uk
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/respond/B2H2B4R8NT
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/B2H2B4R8NT 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: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: England Construction Opportunities
Reference Number: Not provided
II.1.2) Main CPV Code:
80000000 - Education and training services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: CITB requires several suppliers to further develop construction employment opportunities in England through a new commission. The specific criteria in the tender will focus on the support provided in the workplace through job coaching, mentoring, employer engagement, peer and buddy systems or other appropriate support measures to improve the quality and sustainability of work outcomes.
The commission will require providers to have in place pre-existing relationships with other agencies to manage the training and development required for an individual to become employment and site ready to enter a construction job.
II.1.5) Estimated total value:
Value excluding VAT: 1,820,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: CITB requires several providers to further develop construction employment opportunities in England through a new commission called the England Construction Opportunities (‘ECO’), that supports:
a) new entrants recently employed in the construction industry;
b) returners that have been out of the construction Industry for over 2 years.
Many of these new entrants will enter employment through existing partnerships with providers, the Department of Work and Pensions (‘DWP’), Local Enterprise Partnerships and Growth Funds, Mayoral Funds and other means of funding. Research has shown that the more support available to new entrants when entering into employment increases the likelihood of their retention.
This tender will focus on the support provided in the workplace through job coaching, mentoring, employer engagement, peer and buddy systems or other appropriate support measures.
The commission will require providers to have in place pre-existing relationships with other agencies to manage the training and development required for an individual to become employment and site ready to enter a construction job.
The commission is looking to award to a mix of providers; 2-3 small providers tendering for up to 100 of the outputs each per year and up to 3 larger providers to tender for over 100 outputs each 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.2.6) Estimated value:
Value excluding VAT: 1,820,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 01/09/2022 / End: 31/08/2025
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: This project is for England only
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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2022/S 000 - 014621
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/07/2022 Time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3
IV.2.7) Conditions for opening of tenders:
Date: 19/07/2022
Time: 09:00
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Peterborough:-Education-and-training-services./B2H2B4R8NT
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/B2H2B4R8NT
VI.4) Procedures for review
VI.4.1) Review body:
Construction Industry Training Board
Sand Martin House, Fletton Quays, Bitterne Way, Peterborough, PE2 8TY, United Kingdom
Tel. +44 7920084984, Email: elaine.morrissey@citb.co.uk
Internet address: www.citb.co.uk
VI.4.2) Body responsible for mediation procedures:
CITB
Peterborough, United Kingdom
Tel. +44 3004567000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 16/06/2022
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Construction Industry Training Board
Sand Martin House, Fletton Quays, Bitterne Way, Peterborough, PE2 8TY, United Kingdom
Tel. +44 7920084984, Email: elaine.morrissey@citb.co.uk
Contact: Elaine Morrissey
Main Address: www.citb.co.uk
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: No
I.4)Type of the contracting authority:
Body governed by public law
I.5) Main activity:
Other activity: Construction Training Board
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: England Construction Opportunities
Reference number: Not Provided
II.1.2) Main CPV code:
80000000 - Education and training services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: CITB requires several suppliers to further develop construction employment opportunities in England through a new commission. The specific criteria in the tender will focus on the support provided in the workplace through job coaching, mentoring, employer engagement, peer and buddy systems or other appropriate support measures to improve the quality and sustainability of work outcomes.
The commission will require providers to have in place pre-existing relationships with other agencies to manage the training and development required for an individual to become employment and site ready to enter a construction job.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 1,820,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: CITB requires several providers to further develop construction employment opportunities in England through a new commission called the England Construction Opportunities (‘ECO’), that supports:
a) new entrants recently employed in the construction industry;
b) returners that have been out of the construction Industry for over 2 years.
Many of these new entrants will enter employment through existing partnerships with providers, the Department of Work and Pensions (‘DWP’), Local Enterprise Partnerships and Growth Funds, Mayoral Funds and other means of funding. Research has shown that the more support available to new entrants when entering into employment increases the likelihood of their retention.
This tender will focus on the support provided in the workplace through job coaching, mentoring, employer engagement, peer and buddy systems or other appropriate support measures.
The commission will require providers to have in place pre-existing relationships with other agencies to manage the training and development required for an individual to become employment and site ready to enter a construction job.
The commission is looking to award to a mix of providers; 2-3 small providers tendering for up to 100 of the outputs each per year and up to 3 larger providers to tender for over 100 outputs each per year.
II.2.5) Award criteria:
Quality criterion - Name: Recruiting for success / Weighting: 25
Quality criterion - Name: Quality and support / Weighting: 25
Quality criterion - Name: Working with employers / Weighting: 25
Quality criterion - Name: Profile of outputs with cost breakdown / Weighting: 10
Quality criterion - Name: Data reporting and project management / Weighting: 10
Quality criterion - Name: Sustainability and social value / Weighting: 5
Cost criterion - Name: Price / Weighting: 0
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
II.2.14) Additional information: This project is for England only
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2022/S 000-014621
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/08/2022
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Women into Construction, 08986384
Tideway, 6th Floor, Cottons Centre, London, SE1 2QG, United Kingdom
Tel. +44 7957562123, Email: jacqui.wordwsorth@women-into-construction.org
Internet address: www.women-into-contruction.org
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 98,246.5
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/08/2022
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 9
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
West Midlands Combined Authority, N/A
16 Summer Lane, Birmingham, B19 3SD, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 347,306.13
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/08/2022
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 9
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
National Federation of Roofing Contractors, 02591364
31, Worship Street, London, EC2A 2DY, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 168,292.75
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/08/2022
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 9
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Landau Ltd, 03084746
5 Landau Court, Telford, Shropshire, TF1 1HE, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 401,691.63
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/08/2022
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 9
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Hampshire County Council, N/A
Rm 243 second floor, EII Court, The Castle, Winchester, SO23 8UJ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 343,257.75
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/08/2022
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 9
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Gement, 11959547
15 Eastwood Road, Rayleigh, SS6 7JD, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 107,110.75
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/08/2022
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 9
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
London Borough of Barking and Dagenham, Barking Riverside, N/A
127 Ripple Road, Barking, London, IG11 7PB, United Kingdom
NUTS Code: UK
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 261,542.25
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.8)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 19/08/2022
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 6 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 9
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Abbey Access Centre Ltd, 03783671
Monks Road, Lincoln, LN2 5HU, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 174,544.63
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=720664762
VI.4) Procedures for review
VI.4.1) Review body
Construction Industry Training Board
Sand Martin House, Fletton Quays, Bitterne Way, Peterborough, PE2 8TY, United Kingdom
Tel. +44 7920084984, Email: elaine.morrissey@citb.co.uk
Internet address: www.citb.co.uk
VI.4.2) Body responsible for mediation procedures
CITB
Peterborough, United Kingdom
Tel. +44 3004567000
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 29/09/2022