Social and other specific services – public contracts

Information

Published

Date of dispatch of this notice: 28/08/2020

Expire date: 21/09/2020

External Reference: 2020-555829

TED Reference: 2020/S 170-412638

Social and other specific services – public contracts

Social and other specific services – public contracts

Contract notice

Services

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

Greater Manchester Combined Authority - GMP
GB 183 0464 15
Openshaw Complex, Lawton Street, Openshaw
Manchester
M11 2NS
UK
Contact person: Ali Cordrey
Telephone: +44 1618561333
Internet address(es):
Main address: www.gmp.police.uk

I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=34030&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Delivery of Training for Policing, including the Police Education Qualifications Framework (PEQF)
Reference number:  A0378
II.1.2)

Main CPV code

80300000  -  Higher education services
II.1.3)

Type of contract

Services
II.1.4)

Short description

Delivery of training for policing and associated academic and support services, including initial police training defined by the College of Policing PEQF curriculum, i.e. the Police Constable Degree Apprenticeship (PCDA) and Degree Holder Entry Programme (DHEP) leading to a Graduate Diploma in Professional Policing Practice. The Contract also includes the provision of a part-time option for the above programmes, and a number of academic and training-related services to support the ongoing professionalisation of police training across the wider Force. The Contract may also expand to include education and assessment for additional related pathways not currently defined, within the overall scope of the Contract.
II.1.5)

Estimated total value

Value excluding VAT: 55000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

80000000  -  Education and training services
80400000  -  Adult and other education services
80430000  -  Adult-education services at university level
80500000  -  Training services
80510000  -  Specialist training services
80511000  -  Staff training services
80530000  -  Vocational training services
II.2.4)

Description of the procurement

GMCA intends to award a single contract for the delivery of all services under this procurement, but welcomes bids from groups of economic operators (partnerships, consortia, SPVs or those proposing delivery through a prime/sub-contractor mechanism), subject to a full assessment of the contractual risk of each specific arrangement.
Full details of the Requirements of this Contract are available as part of the tender documents, however the chosen supplier will: lead academic learning for the Force and deliver this within the Greater Manchester footprint; deliver training year-round with periodic student intakes; deliver high quality learning programmes whilst minimising abstraction [i.e. the time officers are unavailable for duty]; provide the technologies needed to deliver learning through online methods; manage the learning data required for accreditation; manage the programmes to ensure apprenticeship rules are met; help the Force to achieve wider learning transformation through the design of the programme; and support the Force to increase the diversity and social mobility of recruits.
The contract will primarily incorporate two defined elements: (1) Development and delivery of initial training for policing under the PEQF, and (2) A programme of Professional Development Transformation (PDT), consisting of CPD for existing Constables, a leadership training offer for all staff and officers, and Academic Governance to support the professionalisation of training in-line with the Force’s People Strategy.
The PEQF and PDT elements of the contract will be assessed and scored separately, with weightings applied according to the methodology outlined, along with the Requirements, in the tender documents.
The estimated upper cost of the Contract is £49m over 10 years, as defined in the Outline Business Case for the implementation of the PEQF at GMP. However, no volumes or values are guaranteed under any element of this Contract.
The OJEU Contract Notice states a Contract Value of £55m, which includes an additional contingency of approximately 12%, to mitigate against the risk of any unforeseen rise in spend during the life of the contract, whether through increased costs or unanticipated demand.
It should be noted that the Authority is seeking highly competitive Bids, offering exceptional value for money, but due consideration will be given, within the assessment of tenders, to the ability of suppliers to deliver the required Services to the correct standards within the proposed costs.
The initial contract term will allow for student intakes up to five (5) years from the date of Contract Award. The contract may be extended to allow intakes for a further two (2) years. The chosen provider should accommodate inflight students to complete their course beyond the final intake. The maximum contract term will therefore depend on the run off period required for inflight intakes.
II.2.6)

Estimated value

Value excluding VAT: 55000000.00  GBP
II.2.7)

Duration of the contract or the framework agreement

Duration in months: 84
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.1.4)

Objective rules and criteria for participation

List and brief description of rules and criteria: Full details of the Requirements and the assessment criteria for participation, including all Minimum Requirements, are available for bidders to view along with the Standard Selection Questionnaire and supporting documents. These can be downloaded free of charge from the Bluelight e-tendering portal at http://bluelight.eu-supply.com, and an expression of interest to view these documents does not constitute a commitment to bid.
III.2)

Conditions related to the contract

III.2.1)

Information about a particular profession

Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:  
Full details of the Requirements and the assessment criteria for participation are included along with the Standard Selection Questionnaire.
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.1.11)

Main features of the award procedure

This Competitive Procure with Negotiation will include 3 stages of assessment. However the Authority reserves the right to use fewer or more stages of assessment; to reduce the number of participants at each stage; or to award a contract on the basis of initial tenders without negotiation. Full details of the assessment and award procedures are available in the tender documents.
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 211-516620
IV.2.2)

Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest

Date:  21/09/2020
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English

Section VI: Complementary information

VI.3)

Additional information

The service being procured falls under the "light touch regime" set out in regulations 74-76 (inclusive) of the Public Contracts Regulations 2015. Pursuant to regulation 76(7) of those Regulations, the Authority has elected to follow a competitive procedure akin to the Competitive Procedure with Negotiation, but this is not to be taken as acceptance by the Authority that any part of the Public Contracts Regulations 2015 apply, other than those parts which apply to the light touch regime.
Bidders should note that whilst the “Customer” is Greater Manchester Combined Authority, the services are essentially being delivered to Greater Manchester Police who will be the main users of the services. Therefore the Chief Constable of Greater Manchester Police will be given equal rights to the Authority to enforce the provisions of the Contract, under the Contracts (Rights of Third Parties) Act 1999.
VI.4)

Procedures for review

VI.4.1)

Review body

The Deputy Mayor for Policing and Crime
Greater Manchester Combined Authority, Churchgate House, 56 Oxford Street
Manchester
M16EU
UK