Tender

CCDE17A02 - Provision of a Training Programme to Drive Cultural Transformation within Immigration Enforcement

CROWN COMMERCIAL SERVICE

This public procurement record has 3 releases in its history.

TenderAmendment

24 Mar 2017 at 12:41

TenderAmendment

24 Mar 2017 at 12:40

Tender

24 Mar 2017 at 12:38

Summary of the contracting process

The Crown Commercial Service is seeking tenders for a training programme titled "CCDE17A02 - Provision of a Training Programme to Drive Cultural Transformation within Immigration Enforcement." This opportunity falls under the services category, specifically focused on training services, and is intended to aid the Immigration Enforcement sector in dealing with challenges associated with immigration law enforcement. The tender period will close on 18th April 2017 at 11:00 am. The contract is scheduled to commence on 15th May 2017 and will run until 14th May 2018.

This tender presents a significant opportunity for businesses, particularly those specialising in training and organisational development. Companies that provide conflict resolution programmes, cultural transformation initiatives, and employee engagement solutions would be well-suited to apply, especially small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs). Engaging in this procurement could enable businesses to assist in the transformation of workplace culture within a government organisation, potentially leading to future collaborations in similar projects.

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

CCDE17A02 - Provision of a Training Programme to Drive Cultural Transformation within Immigration Enforcement

Notice Description

1.1 Immigration Enforcement (IE) contributes directly to the Home Office core priorities of reducing immigration, cutting crime, preventing terrorism and supporting growth. Immigration Enforcement is responsible for robust enforcement of the immigration law and for tackling the criminality behind illegal migration. 1.2 The coming year will see many challenges and opportunities for Immigration Enforcement. The changes and new powers conferred by the Immigration Act will support us in our efforts to work with public and private sector partners to make it increasingly difficult for people to remain in the UK unlawfully and profit from immigration abuse. 1.3 A key objective for Immigration Enforcement will be for us to transform our capability and productivity to meet these demands. Our transformation will be underpinned by a new enforcement strategy, framed around the 4 Ps; Prevent, Pursue, Protect, Prepare. This is a model used in the wider law enforcement and intelligence community. 1.4 However IE has continued to see a year on year increase in Bullying, Harassment and Discrimination (BHD) scores in its annual People Survey results. 1.5 Immigration Enforcements immediate focus is the design and delivery of a transformational Conflict Resolution Program. This will form part of our Bullying, Harassment and Discrimination action plan 2016-2018. 1.6 A key part of the Conflict Resolution Program is to equip staff with a range of practical skills and techniques to drive cultural change leading to increased employee engagement and wellbeing (reducing employee stress, absence and sickness) by addressing workplace issues including BHD, relationship breakdowns, communication problems and personality clashes. The aim is to change the culture in IE through increased awareness of behaviours, education of staff, building resilience and understanding how to reduce instances of BHD. 1.7 Through a structured Early Conflict Resolution program within IE we can deliver: 1.7.1 A future focused and solution focused approach to resolving conflict at the earliest opportunity which will restore trust amongst management and employees and equal a win/win situation. 1.7.2 Deliver a faster and more immediate impact by addressing the root cause of the situation. 1.7.3 Resolve conflict in a personable and trusted manner which restores and builds relationships which directly increases employee engagement. 1.7.4 Light touch approach to conflict is highly likely to improve morale and productivity and reduce time spent on grievances and the formal complaints procedure. 1.7.5 Increase staff engagement and reduce BHD scores in the annual people survey results. Additional information: How to apply Instructions to Potential Providers: Potential Providers must first be registered on the Crown Commercial Service e-Sourcing Suite in order to respond to the Procurement. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS e-Sourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so at the Invitation to Tender stage. Potential Providers should note that it could take up to 10 working days to obtain a DUNS number. Full instructions for registration and use of the system can be found at: http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender Once you have registered on the e-Sourcing Suite, you will need to express your interest by emailing ExpressionOfInterest@Crowncommercial.gov.uk. The dead line for expressing an interest in the Request for Information event is 11:00am 18/04/2017 Your email must clearly state: - name/reference of this procurement - the name of the registered supplier; and - the name and contact details Crown Commercial Service will then process your registration and assign your organisation to the opportunity. The registered user will receive a notification email to alert them once this has been done. It is advised however that Potential Providers register as soon as practically possible in order to receive the Invitation to Tender and have a sufficient amount of time to respond. Crown Commercial Service is not able to offer any extensions to the advertised procurement timetable. For technical assistance on use of the e-Sourcing Suite please contact the Helpdesk: Freephone: 0345 010 3503 Email: supplier@Crowncommercial.gov.uk

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-d95e4350-bc35-4fa5-b34c-9ea1e71768a2
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/2d01bd38-de74-4103-a4ad-8d16539b1f9d
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Other -
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

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
24 Mar 20178 years ago
Submission Deadline
18 Apr 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
14 May 2017 - 14 May 2018 6-12 months
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
CROWN COMMERCIAL SERVICE
Contact Name
Crown Commercial Service
Contact Email
supplier@crowncommercial.gov.uk
Contact Phone
03450103503

Buyer Location

Locality
LIVERPOOL
Postcode
L3 9PP
Post Town
Liverpool
Country
England

Major Region (ITL 1)
TLD North West (England)
Basic Region (ITL 2)
TLD7 Merseyside
Small Region (ITL 3)
TLD72 Liverpool
Delivery Location
Not specified

Local Authority
Liverpool
Electoral Ward
City Centre North
Westminster Constituency
Liverpool Riverside

Further Information

Notice Documents

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-d95e4350-bc35-4fa5-b34c-9ea1e71768a2-2017-03-24T12:41:48Z",
    "date": "2017-03-24T12:41:48Z",
    "ocid": "ocds-b5fd17-d95e4350-bc35-4fa5-b34c-9ea1e71768a2",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "CCDE17A02",
        "title": "CCDE17A02 - Provision of a Training Programme to Drive Cultural Transformation within Immigration Enforcement",
        "description": "1.1 Immigration Enforcement (IE) contributes directly to the Home Office core priorities of reducing immigration, cutting crime, preventing terrorism and supporting growth. Immigration Enforcement is responsible for robust enforcement of the immigration law and for tackling the criminality behind illegal migration. 1.2 The coming year will see many challenges and opportunities for Immigration Enforcement. The changes and new powers conferred by the Immigration Act will support us in our efforts to work with public and private sector partners to make it increasingly difficult for people to remain in the UK unlawfully and profit from immigration abuse. 1.3 A key objective for Immigration Enforcement will be for us to transform our capability and productivity to meet these demands. Our transformation will be underpinned by a new enforcement strategy, framed around the 4 Ps; Prevent, Pursue, Protect, Prepare. This is a model used in the wider law enforcement and intelligence community. 1.4 However IE has continued to see a year on year increase in Bullying, Harassment and Discrimination (BHD) scores in its annual People Survey results. 1.5 Immigration Enforcements immediate focus is the design and delivery of a transformational Conflict Resolution Program. This will form part of our Bullying, Harassment and Discrimination action plan 2016-2018. 1.6 A key part of the Conflict Resolution Program is to equip staff with a range of practical skills and techniques to drive cultural change leading to increased employee engagement and wellbeing (reducing employee stress, absence and sickness) by addressing workplace issues including BHD, relationship breakdowns, communication problems and personality clashes. The aim is to change the culture in IE through increased awareness of behaviours, education of staff, building resilience and understanding how to reduce instances of BHD. 1.7 Through a structured Early Conflict Resolution program within IE we can deliver: 1.7.1 A future focused and solution focused approach to resolving conflict at the earliest opportunity which will restore trust amongst management and employees and equal a win/win situation. 1.7.2 Deliver a faster and more immediate impact by addressing the root cause of the situation. 1.7.3 Resolve conflict in a personable and trusted manner which restores and builds relationships which directly increases employee engagement. 1.7.4 Light touch approach to conflict is highly likely to improve morale and productivity and reduce time spent on grievances and the formal complaints procedure. 1.7.5 Increase staff engagement and reduce BHD scores in the annual people survey results. Additional information: How to apply Instructions to Potential Providers: Potential Providers must first be registered on the Crown Commercial Service e-Sourcing Suite in order to respond to the Procurement. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS e-Sourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so at the Invitation to Tender stage. Potential Providers should note that it could take up to 10 working days to obtain a DUNS number. Full instructions for registration and use of the system can be found at: http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender Once you have registered on the e-Sourcing Suite, you will need to express your interest by emailing ExpressionOfInterest@Crowncommercial.gov.uk. The dead line for expressing an interest in the Request for Information event is 11:00am 18/04/2017 Your email must clearly state: - name/reference of this procurement - the name of the registered supplier; and - the name and contact details Crown Commercial Service will then process your registration and assign your organisation to the opportunity. The registered user will receive a notification email to alert them once this has been done. It is advised however that Potential Providers register as soon as practically possible in order to receive the Invitation to Tender and have a sufficient amount of time to respond. Crown Commercial Service is not able to offer any extensions to the advertised procurement timetable. For technical assistance on use of the e-Sourcing Suite please contact the Helpdesk: Freephone: 0345 010 3503 Email: supplier@Crowncommercial.gov.uk",
        "datePublished": "2017-03-24T12:38:27Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "80500000",
            "description": "Training services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "procurementMethodDetails": "Other -",
        "tenderPeriod": {
            "endDate": "2017-04-18T23:59:59+01:00"
        },
        "contractPeriod": {
            "startDate": "2017-05-15T00:00:00+01:00",
            "endDate": "2018-05-14T23:59:59+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/2d01bd38-de74-4103-a4ad-8d16539b1f9d",
                "datePublished": "2017-03-24T12:41:48Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2017-03-24T12:41:48Z"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "CCDE17A02 - Invitation To Tender - V1.0.docx",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/b64997fc-fc90-4ae0-b931-1f57ce1e33ea",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "3",
                "documentType": "tenderNotice",
                "description": "CCDE17A02 - Appendix A - Terms of Participation - V1.0.docx",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/31225be7-2339-4728-9b70-c471608462ef",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "4",
                "documentType": "tenderNotice",
                "description": "CCDE17A02 - Appendix B - Statement of Requirements - V1.0.docx",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/dfbebfb6-41ba-445c-b9eb-f5bd9296e094",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "5",
                "documentType": "tenderNotice",
                "description": "CCDE17A02 - Appendix C - Short Form Terms and Conditions for Services V1.0.docx",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/04e82524-7dc3-4b6a-ae64-22f8a3b99a17",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "6",
                "documentType": "tenderNotice",
                "description": "CCDE17A02 - Appendix D - Response Guidance - V1.0.docx .docx",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/4d66e547-2964-402a-b1eb-bbfe59625703",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "7",
                "documentType": "tenderNotice",
                "description": "CCDE17A02 - Appendix E - Pricing Schedule.xlsx",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/07aca11a-7785-47c6-96a9-1813ec0b7371",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "8",
                "documentType": "tenderNotice",
                "description": "Appendix F - Supplier Guidance Part A pdf.pdf",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/1fd0abb6-8329-4c73-8b4c-527c29a9b209",
                "format": "application/pdf"
            },
            {
                "id": "9",
                "documentType": "tenderNotice",
                "description": "Appendix F - Supplier Guidance Part B .pdf",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/13199961-bffe-46ce-9bad-ed00fa967adf",
                "format": "application/pdf"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
            "name": "Crown Commercial Service",
            "identifier": {
                "legalName": "Crown Commercial Service",
                "scheme": "GB-SRS",
                "id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
            },
            "address": {
                "streetAddress": "Floor 9, The Capital Building, Old Hall Street",
                "locality": "Liverpool",
                "postalCode": "L3 9PP",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Crown Commercial Service",
                "email": "supplier@crowncommercial.gov.uk",
                "telephone": "03450103503"
            },
            "details": {
                "url": "https://www.gov.uk/government/organisations/crown-commercial-service"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
        "name": "Crown Commercial Service"
    }
}