Notice Information
Notice Title
Apprentice Training Framework - Professional Services
Notice Description
Transport for London (TfL) invite suppliers to tender for a maximum of 4 years (on a 2+1+1 basis) for multi-supplier Framework Agreement for the provision of Apprentice Training - Professional Services. This service is for the delivery of the new Apprenticeship standards which TfL will be offering from September 2017 onwards, this will include but is not limited to the services within each lot below: Lot 1 Project Management (Entry - Professional Level; Lot 2 Procurement (Entry - Professional Level); Lot 3 Business Administration (Entry - Professional Level); Lot 4 Finance (Entry - Professional Level); Lot 5 HR (Entry - Professional Level); Lot 6 Transport Planning (Entry - Professional Level); Lot 7 Customer Service (Level 2+). The Framework Agreement will have a duration of 2 years plus an optional 1+1 year extension (2+1+1) to a maximum of 4 years. The framework agreement does not guarantee any value or volume of work/services. Any Services will be called-off as and when required subject to the Service Provider's performance and budget approvals. The Call-off Contract for this Framework will be issued for each annual intake. The selected Provider will have access to government funding and will have applied to be on the Register of Apprenticeship Training. The Training Provider must be able to deliver the contract to the required standard of both TfL and the Skills Funding Agency (SFA) by demonstrating the high quality of service expected to meet Ofsted inspection and audit ratings. Bidders may submit a tender for one or more lots. Each lot will be awarded to the highest scoring bidders with a target of 3+ suppliers per lot for this initial phase and a target of 2 suppliers per lot for each occasion. This Framework Agreement is being let under the "Light Touch Regime" set out in Regulations 74 to 77 of the Public Contracts Regulations 2015 (PCR 2015). Under the Light Touch Regime, Authorities have flexibility as to the process or procedure to be used when purchasing certain services, including the training services to be procured under this Invitation to Tender. In this instance, TfL and the GLA Functional Bodies wish to establish a Framework Agreement with multiple suppliers that will set out the terms and conditions for making specific purchases (call-offs) under the relevant lots. The Framework Agreement differs from those not let under the Light Touch Regime in that the Authority, exercising its flexibility in accordance with the PCR 2015, may elect in its absolute discretion (but is not required to) periodically open the Framework to new, additional suppliers per lot - details can be found in the tender documents. Additional information: TfL is conducting this procurement process on behalf of the TfL Group, Crossrail and The Greater London Authority (GLA) and the GLA Functional Bodies whose members are as follows: The London Legacy Development Corporation (LLDC) * Mayor's Office for Policing and Crime (MOPAC) * The Metropolitan Police Services (MPS) * The London Fire and Emergency Planning Authority (LFEPA) * Old Oak and Park Royal Development Corporation (OPDC). The process will be conducted via TfL's e-tendering Portal. All interested suppliers must express their interest as soon as possible via the TfL's e-tendering Portal as the deadline for tender submissions is 12 Noon on 03rd April 2017. To register your interest, obtain the ITT documentation and submit a response, please visit: https://eprocurement.tfl.gov.uk/epps/home.do#RegSupplier If you experience any problems registering on the system or uploading your submission, please contact the helpdesk below: E-mail: tfl-eproc-helpdesk@eurodyn.com Telephone: 0800 074 0503 The tender evaluation will be divided into two parts. Part One will include pass/fail questions and one scored (weighted) question which will determine your suitability to bid for this work. In Part Two we will evaluate your approach and methodology to deliver this contract. The Framework lots will be awarded to the Most Economically Advantageous Tender (MEAT) based on 100% Technical Criteria only. A detailed explanation of how lots will be awarded is provided below: Lot Specific Technical Evaluation Methodology - Criteria Weighting (%): Methodology / Capability - 25.00%; Collaborate - 10.00%; Resources - 10.00%; Value for Money - 10.00%; Generic Monitoring and Evaluation - 20.00%; Assessment and Facilitation - 10.00%; Contract Management - 10.00%; Subcontractors - 5.00%; Total - 100.00%. Please note that that bidders are not required to submit a financial proposal for the contract (s) they are bidding for but instead must respond to the value for money question in the technical submission. This procurement is being conducted in accordance with TfL's drive to deliver best value whilst meeting its own requirements. At the end of this procurement process, TfL may choose to award a framework agreement. Any framework or call-off contract, which TfL awards, will be to the supplier who submitted the most economically advantageous tender. TfL also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a contract, whether such discontinuance is related to the content of tenders or otherwise. In such circumstances, TfL will not reimburse any expenses incurred by any person in the consideration of and / or response to this document. You make all tenders, proposals and submissions relating to this ITT entirely at your own risk. Please note the OJEU Contract Notice for this procurement is: 2017/S 046-0
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-1e130367-be6c-4573-8887-7c7278e32a61
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/571d968c-ea01-409c-8ec1-77a3c5bf448f
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80000000 - Education and training services
Notice Value(s)
- Tender Value
- £1
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Mar 20178 years ago
- Submission Deadline
- 3 Apr 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 29 May 2017 - 29 May 2021 4-5 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT FOR LONDON
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LONDON
- Postcode
- SW1H 0TL
- Post Town
- South West London
- Country
- England
-
- Major Region (ITL 1)
- TLI London
- Basic Region (ITL 2)
- TLI3 Inner London - West
- Small Region (ITL 3)
- TLI35 Westminster and City of London
- Delivery Location
- TLI London
-
- Local Authority
- Westminster
- Electoral Ward
- St James's
- Westminster Constituency
- Cities of London and Westminster
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/571d968c-ea01-409c-8ec1-77a3c5bf448f
28th March 2017 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/e5613cb9-9767-4f20-8c34-86ada1c03277
TfL 93582 - Apprentice Training - Professional Services ITT
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-1e130367-be6c-4573-8887-7c7278e32a61-2017-03-28T13:21:36+01:00",
"date": "2017-03-28T13:21:36+01:00",
"ocid": "ocds-b5fd17-1e130367-be6c-4573-8887-7c7278e32a61",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "TfL 93582",
"title": "Apprentice Training Framework - Professional Services",
"description": "Transport for London (TfL) invite suppliers to tender for a maximum of 4 years (on a 2+1+1 basis) for multi-supplier Framework Agreement for the provision of Apprentice Training - Professional Services. This service is for the delivery of the new Apprenticeship standards which TfL will be offering from September 2017 onwards, this will include but is not limited to the services within each lot below: Lot 1 Project Management (Entry - Professional Level; Lot 2 Procurement (Entry - Professional Level); Lot 3 Business Administration (Entry - Professional Level); Lot 4 Finance (Entry - Professional Level); Lot 5 HR (Entry - Professional Level); Lot 6 Transport Planning (Entry - Professional Level); Lot 7 Customer Service (Level 2+). The Framework Agreement will have a duration of 2 years plus an optional 1+1 year extension (2+1+1) to a maximum of 4 years. The framework agreement does not guarantee any value or volume of work/services. Any Services will be called-off as and when required subject to the Service Provider's performance and budget approvals. The Call-off Contract for this Framework will be issued for each annual intake. The selected Provider will have access to government funding and will have applied to be on the Register of Apprenticeship Training. The Training Provider must be able to deliver the contract to the required standard of both TfL and the Skills Funding Agency (SFA) by demonstrating the high quality of service expected to meet Ofsted inspection and audit ratings. Bidders may submit a tender for one or more lots. Each lot will be awarded to the highest scoring bidders with a target of 3+ suppliers per lot for this initial phase and a target of 2 suppliers per lot for each occasion. This Framework Agreement is being let under the \"Light Touch Regime\" set out in Regulations 74 to 77 of the Public Contracts Regulations 2015 (PCR 2015). Under the Light Touch Regime, Authorities have flexibility as to the process or procedure to be used when purchasing certain services, including the training services to be procured under this Invitation to Tender. In this instance, TfL and the GLA Functional Bodies wish to establish a Framework Agreement with multiple suppliers that will set out the terms and conditions for making specific purchases (call-offs) under the relevant lots. The Framework Agreement differs from those not let under the Light Touch Regime in that the Authority, exercising its flexibility in accordance with the PCR 2015, may elect in its absolute discretion (but is not required to) periodically open the Framework to new, additional suppliers per lot - details can be found in the tender documents. Additional information: TfL is conducting this procurement process on behalf of the TfL Group, Crossrail and The Greater London Authority (GLA) and the GLA Functional Bodies whose members are as follows: The London Legacy Development Corporation (LLDC) * Mayor's Office for Policing and Crime (MOPAC) * The Metropolitan Police Services (MPS) * The London Fire and Emergency Planning Authority (LFEPA) * Old Oak and Park Royal Development Corporation (OPDC). The process will be conducted via TfL's e-tendering Portal. All interested suppliers must express their interest as soon as possible via the TfL's e-tendering Portal as the deadline for tender submissions is 12 Noon on 03rd April 2017. To register your interest, obtain the ITT documentation and submit a response, please visit: https://eprocurement.tfl.gov.uk/epps/home.do#RegSupplier If you experience any problems registering on the system or uploading your submission, please contact the helpdesk below: E-mail: tfl-eproc-helpdesk@eurodyn.com Telephone: 0800 074 0503 The tender evaluation will be divided into two parts. Part One will include pass/fail questions and one scored (weighted) question which will determine your suitability to bid for this work. In Part Two we will evaluate your approach and methodology to deliver this contract. The Framework lots will be awarded to the Most Economically Advantageous Tender (MEAT) based on 100% Technical Criteria only. A detailed explanation of how lots will be awarded is provided below: Lot Specific Technical Evaluation Methodology - Criteria Weighting (%): Methodology / Capability - 25.00%; Collaborate - 10.00%; Resources - 10.00%; Value for Money - 10.00%; Generic Monitoring and Evaluation - 20.00%; Assessment and Facilitation - 10.00%; Contract Management - 10.00%; Subcontractors - 5.00%; Total - 100.00%. Please note that that bidders are not required to submit a financial proposal for the contract (s) they are bidding for but instead must respond to the value for money question in the technical submission. This procurement is being conducted in accordance with TfL's drive to deliver best value whilst meeting its own requirements. At the end of this procurement process, TfL may choose to award a framework agreement. Any framework or call-off contract, which TfL awards, will be to the supplier who submitted the most economically advantageous tender. TfL also reserves the right, at any point and without notice, to discontinue the procurement process without awarding a contract, whether such discontinuance is related to the content of tenders or otherwise. In such circumstances, TfL will not reimburse any expenses incurred by any person in the consideration of and / or response to this document. You make all tenders, proposals and submissions relating to this ITT entirely at your own risk. Please note the OJEU Contract Notice for this procurement is: 2017/S 046-0",
"datePublished": "2017-03-08T16:43:41Z",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "London",
"countryName": "United Kingdom"
},
{
"region": "London",
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 1,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2017-04-03T23:59:59+01:00"
},
"contractPeriod": {
"startDate": "2017-05-30T00:00:00+01:00",
"endDate": "2021-05-29T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/571d968c-ea01-409c-8ec1-77a3c5bf448f",
"datePublished": "2017-03-28T13:21:36+01:00",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "tenderNotice",
"description": "TfL 93582 - Apprentice Training - Professional Services ITT",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/e5613cb9-9767-4f20-8c34-86ada1c03277",
"format": "application/zip"
}
]
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/5WZu8KXU",
"name": "Transport for London",
"identifier": {
"legalName": "Transport for London",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/5WZu8KXU"
},
"address": {
"streetAddress": "Transport for London, Windsor House, 42-50 Victoria Street",
"locality": "London",
"postalCode": "SW1H 0TL",
"countryName": "England"
},
"contactPoint": {
"name": "Janny Graves",
"email": "jannygraves.CPT@tfl.gov.uk"
},
"details": {
"url": "https://tfl.gov.uk/"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/5WZu8KXU",
"name": "Transport for London"
}
}