Tender

Apprentice Training - Digital Industries and Information Technology

TRANSPORT FOR LONDON

This public procurement record has 1 release in its history.

Tender

25 Jan 2017 at 12:03

Summary of the contracting process

Transport for London (TfL) is inviting suppliers to tender for a four-year, single supplier Framework Agreement for Apprentice Training in Digital Industries and Information Technology, which is set to commence in April 2017. This initiative focuses on various training lots including Analysts, Network and Infrastructure, Software Development, Cybersecurity, and Digital Professional training. The procurement process is currently at the Tender stage, with a submission deadline of 12 Noon on 10th February 2017, and the total value of the framework agreement is capped at £2,280,000.

This tender presents an excellent opportunity for education and training providers, particularly those specialising in digital and IT apprenticeship programmes. Businesses that can demonstrate high-quality training facilities in London, as well as experience in delivering government-funded education, will find themselves well-positioned to compete. The framework allows for multiple suppliers per lot, enabling a variety of organisations, including SMEs and voluntary or community sector enterprises, to participate and potentially grow through this collaborative engagement with TfL.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Apprentice Training - Digital Industries and Information Technology

Notice Description

Transport for London (TfL) invite suppliers to tender for a 4-year, single supplier Framework Agreement for the provision of Apprentice Training - Digital Industries and Information Technology (IT). 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 Analysts (Levels 2-4); Lot 2 Network, Infrastructure and Communication (Levels2-4); Lot 3 Software (Levels 2-4); Lot 4 Cyber (Levels 2- 4); Lot 5 Digital Professional (Degree/Masters) 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 total value of the framework agreement will not exceed PS2,280,000. 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 have applied to be on the Register of Apprenticeship Training. The selected Provider will have facilities for providing training in London. 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 wishes 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. The process will be conducted via the 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 10th February 2017. Additional information: To register your interest, obtain the ITT documentation and submit a response, please visit Transport for London (TfL)'s E-tendering Portal: https://eprocurement.tfl.gov.uk/epps/home.do or 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 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. Please note the reference to the OJEU Notice for this procurement is as follows: 2017/S 009-014174

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-b6afbfb0-3972-439d-a775-7b8ee6e9240a
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/80a3c195-2b8b-4b16-a979-f1fd34261543
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

80300000 - Higher education services

80400000 - Adult and other education services

80500000 - Training services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Jan 20179 years ago
Submission Deadline
10 Feb 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Apr 2017 - 2 Apr 2021 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-b6afbfb0-3972-439d-a775-7b8ee6e9240a-2017-01-25T12:03:40Z",
    "date": "2017-01-25T12:03:40Z",
    "ocid": "ocds-b5fd17-b6afbfb0-3972-439d-a775-7b8ee6e9240a",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "TfL 93581",
        "title": "Apprentice Training - Digital Industries and Information Technology",
        "description": "Transport for London (TfL) invite suppliers to tender for a 4-year, single supplier Framework Agreement for the provision of Apprentice Training - Digital Industries and Information Technology (IT). 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 Analysts (Levels 2-4); Lot 2 Network, Infrastructure and Communication (Levels2-4); Lot 3 Software (Levels 2-4); Lot 4 Cyber (Levels 2- 4); Lot 5 Digital Professional (Degree/Masters) 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 total value of the framework agreement will not exceed PS2,280,000. 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 have applied to be on the Register of Apprenticeship Training. The selected Provider will have facilities for providing training in London. 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 wishes 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. The process will be conducted via the 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 10th February 2017. Additional information: To register your interest, obtain the ITT documentation and submit a response, please visit Transport for London (TfL)'s E-tendering Portal: https://eprocurement.tfl.gov.uk/epps/home.do or 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 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. Please note the reference to the OJEU Notice for this procurement is as follows: 2017/S 009-014174",
        "datePublished": "2017-01-25T12:03:40Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "80300000",
            "description": "Higher education services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "80400000",
                "description": "Adult and other education services"
            },
            {
                "scheme": "CPV",
                "id": "80500000",
                "description": "Training services"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2017-02-10T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2017-04-03T00:00:00+01:00",
            "endDate": "2021-04-02T23:59:59+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/80a3c195-2b8b-4b16-a979-f1fd34261543",
                "datePublished": "2017-01-25T12:03:40Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "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"
    }
}