← Back to opportunities

Employability Support Programme C008/2025/2026

Llywodraeth Cymru / Welsh Government

Buyer Contact Info

Buyer Name: Llywodraeth Cymru / Welsh Government

Buyer Address: Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Cardiff, UKL22, CF10 3NQ, United Kingdom

Contact Email: CPSProcurementAdvice@gov.wales

Status
active
Procedure
open
Value
680000000.0 GBP
Gross: 680000004 GBP
Published
16 Mar 2026, 12:40
Deadline
20 Apr 2026, 13:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
80310000 - Youth education services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

Welsh Government is procuring Employability Support Programme services (“the Programme”) an initiative designed to support people in Wales to move closer to employment and into sustainable work. The Programme will deliver targeted, high-impact, person-centred employability support, ensuring that people regardless of their background can thrive in Wales’s evolving dynamic economy. The Programme directly aligns with the Welsh Government’s Stronger, fairer, greener Wales: a plan for employability and skills (published March 2022), which sets out our responsibility to drive strategic change across the employability system by: • Activating and supporting adults struggling to find work to enter and progress in employment. • Improving the employment prospects for economically inactive people, particularly those most at risk of disadvantage in the labour market. • Bringing together Welsh Government led employability programmes to deliver a new single operating model. • Providing effective support at the end of EU funding. The Programme will play a central role in delivering this strategic change and contributing to national milestones, including: • Achieving at least 90% of 16–24-year-olds in education, employment, or training by 2050. • Eradicating the employment rate gap between Wales and the UK, with a focus on increasing participation among under-represented groups. To realise this strategic transformation and ensure progress towards these national milestones, a network of training providers will be required to deliver a specified employability support offer across the Regional Lots. This will replace the present system for funding employability support programmes in Wales (existing contracted provision) which is due to end in March 2027. The procurement will not make use of an electronic auction. Welsh Government do not propose to set the shortest minimum tendering period by reference to section 54(4) of the Procurement Act 2023. Initial and Additional Cohorts: To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government’s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice: Initial Cohort • Cohort 1: Those aged from 16 years old, up to and including 24-year-olds, who are not in education, employment or training (NEET). Additional Cohorts • Cohort 2: Aged 25+ and short term unemployed from 1 day to 6 months unemployed (subject to Cohort 2 being activated, and additional eligibility criteria may apply if activated). • Cohort 3: Aged 25+ and long term unemployed over 6 months to 24 months unemployed (subject to Cohort 3 being activated, and additional eligibility criteria may apply if activated). Services for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration. For indicative purposes only, Welsh Government currently anticipates that for the whole Programme approximately 8,000 individuals per year may be eligible for and may access services under Cohort 1. This estimate is provided solely to support bidder understanding of the potential scale of delivery. It is not a guarantee of participant numbers, demand levels or referral volumes. Actual numbers may be higher or lower and will depend on wider labour market conditions, referral pathways and funding availability. No minimum or maximum participant volumes are guaranteed under this Contract. The tender is split into 4 Lots by geographical locations, this procurement description applies to each Lot. This tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the Procurement Act 2023; Section 9 Light touch applies to this contract. Welsh Government does not consider there to be any known risks that could jeopardise the satisfactory performance of the Contract, which have not already been addressed in the Tender Documents.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://etenderwales.bravosolution.co.uk

Link Description: The Invitation to Tender (ITT) consists of the following and all are available on etender Wales https://etenderwales.bravosolution.co.uk project_62473 - Employability Support Programme itt_123726 - Employability Support Programme - Qualification itt_123727 - Employability Support Programme - Lot 1 itt_123729 - Employability Support Programme - Lot 2 itt_123730 - Employability Support Programme - Lot 3 itt_123731 - Employability Support Programme - Lot 4 INSTRUCTIONS TO BIDDER(S) PROGRAMME SPECIFICATION TENDER DOCUMENTS Schedule 3.1 – Qualification Questionnaire (including Bespoke Questions) Response Template Schedule 3.2 – Bespoke Qualification Questions (CCGEN.0.2) Response Template Schedule 3.3 – Technical Response Template Schedule 3.4 – Contract Terms and Conditions for Services Schedule 3.5 – Non-core Community Benefits Proposal (Response Template) (non-scored) Schedule 3.6 – Pre-market Engagement Material Schedule 3.7 – AI

Link Description: NOTE: The authority is using eTenderwales to carry out this procurement process. Once logged in you must click on ‘PQQs/ITT’s Open to all Suppliers’- The e-tender references for this contract are: project_62473 - Employability Support Programme. itt_123726 - Employability Support Programme - Qualification itt_123727 - Employability Support Programme - Lot 1 itt_123729 - Employability Support Programme - Lot 2 itt_123730 - Employability Support Programme - Lot 3 itt_123731 - Employability Support Programme - Lot 4

External Link: https://www.find-tender.service.gov.uk/Notice/023472-2026

Link Description: Tender notice on Find a Tender

Lots

Lot Title: North Wales

Lot Description: North Wales- Conwy, Denbighshire, Flintshire, Gwynedd, Isle of Anglesey, Wrexham- approx. 21% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot. The Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government’s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice. Services for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration. Welsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation. The total estimated procured contract value of £680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts. Further details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents. Throughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification. Changes to the Programme Specification will be implemented in accordance with the terms of the Contract. The Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts – Initial and Additional) and as provided in the Contract. The estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations. The requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration. Bidder(s) should note, the estimated procured total Programme value is subject to: Annual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract) contingent on budget availability which is not guaranteed. Modification clauses to activate the provision of Services (as set out at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract). Due to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between £165 Million to £680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods). Bidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment. Bidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client. See section 39 of the Specification- Changes to the Programme Specification.

Lot 1 Value: GBP 142,800,000

Lot 1 Value (Gross): GBP 142,800,001

Lot 1 Contract Start: 2027-03-01T00:00:00+00:00

Lot 1 Contract End: 2032-03-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Question 1: Inclusive Access and Engagement (16%)

Lot 1 Award Criterion (quality): Question 2: Individualised Learning and Progression (16%)

Lot 1 Award Criterion (quality): Question 3: Staff Development and Safeguarding Processes (16%)

Lot 1 Award Criterion (quality): Question 4: Data Management, Monitoring and Evaluation (14%)

Lot 1 Award Criterion (quality): Question 5: Employer Engagement and Job Creation (14%)

Lot 1 Award Criterion (quality): Question 6: Quality, Innovation, Risk Management and Value for Money (14%)

Lot 1 Award Criterion (quality): Question 7: Delivering Social Value (10%)

Lot Title: Mid Wales and South-West Wales

Lot Description: Mid Wales and South-West Wales- Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire, Powys, Swansea - approx. 28% of the contract. The intention is to appoint a maximum of 4 suppliers to the lot. The Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.

Lot 2 Status: active

Lot 2 Has Options: Yes

Lot 2 Options: To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government’s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice. Services for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration. Welsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation. The total estimated procured contract value of £680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts. Further details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents. Throughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification. Changes to the Programme Specification will be implemented in accordance with the terms of the Contract. The Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts – Initial and Additional) and as provided in the Contract. The estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations. The requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration. Bidder(s) should note, the estimated procured total Programme value is subject to: Annual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract) contingent on budget availability which is not guaranteed. Modification clauses to activate the provision of Services (as set out at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract). Due to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between £165 Million to £680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods). Bidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment. Bidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client. See section 39 of the Specification- Changes to the Programme Specification.

Lot 2 Value: GBP 190,400,000

Lot 2 Value (Gross): GBP 190,400,001

Lot 2 Contract Start: 2027-03-01T00:00:00+00:00

Lot 2 Contract End: 2032-03-31T23:59:59+01:00

Lot 2 SME Suitable: Yes

Lot 2 Award Criterion (quality): Question 1: Inclusive Access and Engagement (16%)

Lot 2 Award Criterion (quality): Question 2: Individualised Learning and Progression (16%)

Lot 2 Award Criterion (quality): Question 3: Staff Development and Safeguarding Processes (16%)

Lot 2 Award Criterion (quality): Question 4: Data Management, Monitoring and Evaluation (14%)

Lot 2 Award Criterion (quality): Question 5: Employer Engagement and Job Creation (14%)

Lot 2 Award Criterion (quality): Question 6: Quality, Innovation, Risk Management and Value for Money (14%)

Lot 2 Award Criterion (quality): Question 7: Delivering Social Value (10%)

Lot Title: South -East Wales

Lot Description: South -East Wales- Blaenau Gwent, Caerphilly, Monmouthshire, Newport, Torfaen- approx. 19%. The intention is to appoint a maximum of 3 suppliers to the lot. The Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.

Lot 3 Status: active

Lot 3 Has Options: Yes

Lot 3 Options: To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government’s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice. Services for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration. Welsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation. The total estimated procured contract value of £680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts. Further details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents. Throughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification. Changes to the Programme Specification will be implemented in accordance with the terms of the Contract. The Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts – Initial and Additional) and as provided in the Contract. The estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations. The requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration. Bidder(s) should note, the estimated procured total Programme value is subject to: Annual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract) contingent on budget availability which is not guaranteed. Modification clauses to activate the provision of Services (as set out at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract). Due to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between £165 Million to £680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods). Bidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment. Bidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client. See section 39 of the Specification- Changes to the Programme Specification.

Lot 3 Value: GBP 129,200,000

Lot 3 Value (Gross): GBP 129,200,001

Lot 3 Contract Start: 2027-03-01T00:00:00+00:00

Lot 3 Contract End: 2032-03-31T23:59:59+01:00

Lot 3 SME Suitable: Yes

Lot 3 Award Criterion (quality): Question 1: Inclusive Access and Engagement (16%)

Lot 3 Award Criterion (quality): Question 2: Individualised Learning and Progression (16%)

Lot 3 Award Criterion (quality): Question 3: Staff Development and Safeguarding Processes (16%)

Lot 3 Award Criterion (quality): Question 4: Data Management, Monitoring and Evaluation (14%)

Lot 3 Award Criterion (quality): Question 5: Employer Engagement and Job Creation (14%)

Lot 3 Award Criterion (quality): Question 6: Quality, Innovation, Risk Management and Value for Money (14%)

Lot 3 Award Criterion (quality): Question 7: Delivering Social Value (10%)

Lot Title: South -Central Wales

Lot Description: South -Central Wales - Bridgend, Cardiff, Merthyr Tydfil, Rhondda Cynon Taf, Vale of Glamorgan- approx. 32% of the contract. The intention is to appoint a maximum of 5 suppliers to the lot. The Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.

Lot 4 Status: active

Lot 4 Has Options: Yes

Lot 4 Options: To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government’s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice. Services for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration. Welsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation. The total estimated procured contract value of £680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts. Further details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents. Throughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification. Changes to the Programme Specification will be implemented in accordance with the terms of the Contract. The Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts – Initial and Additional) and as provided in the Contract. The estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations. The requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration. Bidder(s) should note, the estimated procured total Programme value is subject to: Annual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract) contingent on budget availability which is not guaranteed. Modification clauses to activate the provision of Services (as set out at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract). Due to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between £165 Million to £680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods). Bidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment. Bidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client. See section 39 of the Specification- Changes to the Programme Specification.

Lot 4 Value: GBP 217,600,000

Lot 4 Value (Gross): GBP 217,600,001

Lot 4 Contract Start: 2027-03-01T00:00:00+00:00

Lot 4 Contract End: 2032-03-31T23:59:59+01:00

Lot 4 SME Suitable: Yes

Lot 4 Award Criterion (quality): Question 1: Inclusive Access and Engagement (16%)

Lot 4 Award Criterion (quality): Question 2: Individualised Learning and Progression (16%)

Lot 4 Award Criterion (quality): Question 3: Staff Development and Safeguarding Processes (16%)

Lot 4 Award Criterion (quality): Question 4: Data Management, Monitoring and Evaluation (14%)

Lot 4 Award Criterion (quality): Question 5: Employer Engagement and Job Creation (14%)

Lot 4 Award Criterion (quality): Question 6: Quality, Innovation, Risk Management and Value for Money (14%)

Lot 4 Award Criterion (quality): Question 7: Delivering Social Value (10%)

Documents

Document Description: The Invitation to Tender (ITT) consists of the following and all are available on etender Wales https://etenderwales.bravosolution.co.uk project_62473 - Employability Support Programme itt_123726 - Employability Support Programme - Qualification itt_123727 - Employability Support Programme - Lot 1 itt_123729 - Employability Support Programme - Lot 2 itt_123730 - Employability Support Programme - Lot 3 itt_123731 - Employability Support Programme - Lot 4 INSTRUCTIONS TO BIDDER(S) PROGRAMME SPECIFICATION TENDER DOCUMENTS Schedule 3.1 – Qualification Questionnaire (including Bespoke Questions) Response Template Schedule 3.2 – Bespoke Qualification Questions (CCGEN.0.2) Response Template Schedule 3.3 – Technical Response Template Schedule 3.4 – Contract Terms and Conditions for Services Schedule 3.5 – Non-core Community Benefits Proposal (Response Template) (non-scored) Schedule 3.6 – Pre-market Engagement Material Schedule 3.7 – AI

Document Description: NOTE: The authority is using eTenderwales to carry out this procurement process. Once logged in you must click on ‘PQQs/ITT’s Open to all Suppliers’- The e-tender references for this contract are: project_62473 - Employability Support Programme. itt_123726 - Employability Support Programme - Qualification itt_123727 - Employability Support Programme - Lot 1 itt_123729 - Employability Support Programme - Lot 2 itt_123730 - Employability Support Programme - Lot 3 itt_123731 - Employability Support Programme - Lot 4

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PQYQ-3841-BHTP",
    "name": "Llywodraeth Cymru / Welsh Government"
  },
  "date": "2026-03-16T12:40:19Z",
  "id": "023472-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-051d9c",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Cardiff",
        "postalCode": "CF10 3NQ",
        "region": "UKL22",
        "streetAddress": "Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services"
      },
      "contactPoint": {
        "email": "CPSProcurementAdvice@gov.wales"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - central government",
            "id": "publicAuthorityCentralGovernment",
            "scheme": "UK_CA_TYPE"
          },
          {
            "description": "Welsh devolved regulations apply",
            "id": "GB-WLS",
            "scheme": "UK_CA_DEVOLVED_REGULATIONS"
          }
        ],
        "url": "http://gov.wales"
      },
      "id": "GB-PPON-PQYQ-3841-BHTP",
      "identifier": {
        "id": "PQYQ-3841-BHTP",
        "scheme": "GB-PPON"
      },
      "name": "Llywodraeth Cymru / Welsh Government",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-07-13T23:59:59+01:00"
    },
    "contractTerms": {
      "financialTerms": "See tender documents for more information specifically Specification section 34. \nContract Terms and Conditions for Services section\n13.\tTHE PRICE AND AGREEMENT PAYMENT\t\n14.\tANNUAL PROGRAMME COMMISSION AND FINANCIAL SCHEDULE\t\n15.\tBENCHMARKING AND INDEXATION\t\n16.\tSET OFF\t\n17.\tRIGHT TO WITHOLD OR SUSPEND PAYMENT\t\n18.\tRIGHT TO RECOVER PAYMENT\t"
    },
    "coveredBy": [
      "GPA",
      "CPTPP"
    ],
    "description": "Welsh Government is procuring Employability Support Programme services (\u201cthe Programme\u201d) an initiative designed to support people in Wales to move closer to employment and into sustainable work. The Programme will deliver targeted, high-impact, person-centred employability support, ensuring that people regardless of their background can thrive in Wales\u2019s evolving dynamic economy.  \nThe Programme directly aligns with the Welsh Government\u2019s Stronger, fairer, greener Wales: a plan for employability and skills (published March 2022), which sets out our responsibility to drive strategic change across the employability system by:\n\u2022 \tActivating and supporting adults struggling to find work to enter and progress in employment.\n\u2022 \tImproving the employment prospects for economically inactive people, particularly those most at risk of disadvantage in the labour market.\n\u2022 \tBringing together Welsh Government led employability programmes to deliver a new single operating model.\n\u2022 \tProviding effective support at the end of EU funding.\nThe Programme will play a central role in delivering this strategic change and contributing to national milestones, including:\n\u2022\tAchieving at least 90% of 16\u201324-year-olds in education, employment, or training by 2050.\n\u2022\tEradicating the employment rate gap between Wales and the UK, with a focus on increasing participation among under-represented groups.\nTo realise this strategic transformation and ensure progress towards these national milestones, a network of training providers will be required to deliver a specified employability support offer across the Regional Lots. \nThis will replace the present system for funding employability support programmes in Wales (existing contracted provision) which is due to end in March 2027.\nThe procurement will not make use of an electronic auction. Welsh Government do not propose to set the shortest minimum tendering period by reference to section 54(4) of the Procurement Act 2023. \nInitial and Additional Cohorts:\nTo maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government\u2019s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice:\nInitial Cohort\n\u2022\tCohort 1: Those aged from 16 years old, up to and including 24-year-olds, who are not in education, employment or training (NEET). \nAdditional Cohorts \n\u2022\tCohort 2: Aged 25+ and short term unemployed from 1 day to 6 months unemployed (subject to Cohort 2 being activated, and additional eligibility criteria may apply if activated).\n\u2022\tCohort 3: Aged 25+ and long term unemployed over 6 months to 24 months unemployed (subject to Cohort 3 being activated, and additional eligibility criteria may apply if activated).\nServices for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration.\nFor indicative purposes only, Welsh Government currently anticipates that for the whole Programme approximately 8,000 individuals per year may be eligible for and may access services under Cohort 1. This estimate is provided solely to support bidder understanding of the potential scale of delivery. It is not a guarantee of participant numbers, demand levels or referral volumes. Actual numbers may be higher or lower and will depend on wider labour market conditions, referral pathways and funding availability. No minimum or maximum participant volumes are guaranteed under this Contract.\nThe tender is split into 4 Lots by geographical locations, this procurement description applies to each Lot. \nThis tender notice is for the award of a public contract through an open procedure in accordance with section 20(1) and (2)(a) of the Procurement Act 2023; Section 9 Light touch applies to this contract.\nWelsh Government does not consider there to be any known risks that could jeopardise the satisfactory performance of the Contract, which have not already been addressed in the Tender Documents.",
    "documents": [
      {
        "description": "The Invitation to Tender (ITT) consists of the following and all are available on etender Wales https://etenderwales.bravosolution.co.uk project_62473 - Employability Support Programme\nitt_123726 - Employability Support Programme - Qualification\nitt_123727 - Employability Support Programme - Lot 1\nitt_123729 - Employability Support Programme - Lot 2\nitt_123730 - Employability Support Programme - Lot 3\nitt_123731 - Employability Support Programme - Lot 4\nINSTRUCTIONS TO BIDDER(S)\nPROGRAMME SPECIFICATION\nTENDER DOCUMENTS\nSchedule 3.1 \u2013 Qualification Questionnaire (including Bespoke Questions) Response Template\nSchedule 3.2 \u2013 Bespoke Qualification Questions (CCGEN.0.2) Response Template \nSchedule 3.3 \u2013 Technical Response Template\nSchedule 3.4 \u2013 Contract Terms and Conditions for Services\nSchedule 3.5 \u2013 Non-core Community Benefits Proposal \n                         (Response Template) (non-scored)\nSchedule 3.6 \u2013 Pre-market Engagement Material\nSchedule 3.7 \u2013 AI ",
        "documentType": "biddingDocuments",
        "id": "L-4",
        "url": "https://etenderwales.bravosolution.co.uk"
      },
      {
        "description": "NOTE: The authority is using eTenderwales to carry out this procurement process. Once logged in you must click on \u2018PQQs/ITT\u2019s Open to all Suppliers\u2019- The e-tender references for this contract are: \nproject_62473 - Employability Support Programme.\nitt_123726 - Employability Support Programme - Qualification\nitt_123727 - Employability Support Programme - Lot 1\nitt_123729 - Employability Support Programme - Lot 2\nitt_123730 - Employability Support Programme - Lot 3\nitt_123731 - Employability Support Programme - Lot 4",
        "documentType": "technicalSpecifications",
        "id": "L-5",
        "url": "https://etenderwales.bravosolution.co.uk"
      },
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2026-03-16T12:40:19Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "023472-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/023472-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-04-08T14:00:00+01:00"
    },
    "hasRecurrence": true,
    "id": "C008/2025/2026",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Youth education services",
            "id": "80310000",
            "scheme": "CPV"
          },
          {
            "description": "Higher education services",
            "id": "80300000",
            "scheme": "CPV"
          },
          {
            "description": "Training services",
            "id": "80500000",
            "scheme": "CPV"
          },
          {
            "description": "Adult and other education services",
            "id": "80400000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL23"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL12"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL11"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL13"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      },
      {
        "additionalClassifications": [
          {
            "description": "Youth education services",
            "id": "80310000",
            "scheme": "CPV"
          },
          {
            "description": "Higher education services",
            "id": "80300000",
            "scheme": "CPV"
          },
          {
            "description": "Training services",
            "id": "80500000",
            "scheme": "CPV"
          },
          {
            "description": "Adult and other education services",
            "id": "80400000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL24"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL17"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL18"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL14"
          }
        ],
        "id": "2",
        "relatedLot": "2"
      },
      {
        "additionalClassifications": [
          {
            "description": "Youth education services",
            "id": "80310000",
            "scheme": "CPV"
          },
          {
            "description": "Higher education services",
            "id": "80300000",
            "scheme": "CPV"
          },
          {
            "description": "Training services",
            "id": "80500000",
            "scheme": "CPV"
          },
          {
            "description": "Adult and other education services",
            "id": "80400000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL16"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL21"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL15"
          }
        ],
        "id": "3",
        "relatedLot": "3"
      },
      {
        "additionalClassifications": [
          {
            "description": "Youth education services",
            "id": "80310000",
            "scheme": "CPV"
          },
          {
            "description": "Higher education services",
            "id": "80300000",
            "scheme": "CPV"
          },
          {
            "description": "Training services",
            "id": "80500000",
            "scheme": "CPV"
          },
          {
            "description": "Adult and other education services",
            "id": "80400000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL22"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL15"
          },
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKL16"
          }
        ],
        "id": "4",
        "relatedLot": "4"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lotDetails": {
      "awardCriteriaDetails": "Lot 1\tNorth Wales- Conwy, Denbighshire, Flintshire, Gwynedd, Isle of Anglesey, Wrexham- approx. 21% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot. \nLot 1 Total Procured Value (estimated)\n142800000 GBP Excluding VAT\n142800001 GBP Including VAT\nLot 2\tMid Wales and South-West Wales- Ceredigion, Powys, Carmarthenshire, Neath Port Talbot, Pembrokeshire, Swansea - approx. 28% of the contract. The intention is to appoint a maximum of 4 suppliers to the lot. \nLot 2 Total Procured Value (estimated)\n190400000 GBP Excluding VAT\n190400001 GBP Including VAT\nLot 3\tSouth -East Wales- Blaenau Gwent, Caerphilly, Monmouthshire, Newport, Torfaen- approx. 19% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot. \nLot 3 Total Procured Value (estimated)\n129200000 GBP Excluding VAT\n129200001 GBP Including VAT\nLot 4\tSouth -Central Wales -Bridgend, Cardiff, Merthyr Tydfil, Rhondda Cynon Taf, Vale of Glamorgan- approx. 32% of the contract. The intention is to appoint a maximum of 5 suppliers to the lot.\nLot 4 Total Procured Value (estimated)\n217600000 GBP Excluding VAT\n217600001 GBP Including VAT\n\u2022\tIf an insufficient number of bidders satisfy the quality threshold, the contract allocation will be offered to less than the stated maximum number of bidders for the lot.  \n\u2022\tIf more than one bidder is ranked joint highest scoring bidder for a region, the contract will be offered to more than the stated maximum number of bidders for the lot.\n\u2022\tIf there are no successful contractors for a region, the provision will be offered, in order of tender score outcomes (highest to lowest), to successful contractors from each of the other regions. In the unlikely event of no contractor accepting the offer, provision for that region will be re-procured.\nWG may award multiple lots to the same supplier in accordance with the tender assessment criteria."
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "How will you embed equality, diversity and inclusion principles across Programme delivery, ensuring accessibility for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or community, people with LGBTQ+ identities), and demonstrate measurable impact in removing barriers to participation and achievement? Your response must include, but is not limited to:\n\u2022\tHow will you deliver effective outreach and engagement approaches, including collaboration with referral partners and targeted strategies for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or communities, people with LGBTQ+ identities)?\n\u2022\tHow will you provide reasonable adjustments and wraparound support to address barriers, and how will you monitor their effectiveness?\n\u2022\tHow will you embed cultural inclusion that meets participant needs?\n\u2022\tHow will you meet Welsh Language Standards and provide Welsh language and bilingual services that meet participant needs?\n\u2022\tHow will you manage disengagement risks and deliver re-engagement strategies and how will you monitor their effectiveness?\n\u2022\tHow will you tailor delivery to local needs and implement inclusive coverage across all geographical locations, including Hard to Reach Areas (as defined in section 1 of the ITT, Instruction to Bidders) for the Regional Lot?\n\u2022\tHow will you embed equality, diversity and inclusion principles in delivery and demonstrate measurable progress against Welsh Government priorities for inclusive economic growth? ",
              "name": "Question 1: Inclusive Access and Engagement",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you deliver individualised learning and development support that reflects each participant\u2019s prior experience, aspirations, and barriers to employment? Your response must include, but is not limited to:\n\u2022\tHow will you conduct comprehensive assessments of individual participant needs and work collaboratively with them to co-design their personalised support plan, ensuring flexible pathways that lead to sustainable employment or progression into further learning?\n\u2022\tHow will you deliver modular learning options and use blended learning approaches to meet diverse participant needs and maximise accessibility?\n\u2022\tHow will you track participant progress and adapt interventions, including learning approaches and frequency and process for reviews, to improve engagement, retention and outcomes?\n\u2022\tHow will you secure job opportunities and work placements that reflect each participant\u2019s aspirations and needs, while ensuring alignment with present and future local labour market gaps and skills demand?",
              "name": "Question 2: Individualised Learning and Progression",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you ensure staff are fully equipped to support participants with diverse needs and uphold safeguarding standards throughout delivery? Your response must include, but is not limited to:\n\u2022\tHow will you identify initial staff training needs and implement a comprehensive plan to ensure all staff are equipped to support participants to best industry standards, including ensuring equality and safeguarding and supporting diverse needs? \n\u2022\tHow will you deliver ongoing professional development, incorporating specialist training including mental health, disability inclusion, supported employment, positive behaviour support, and provide opportunities for collaboration with external support agencies to maintain best practice?\n\u2022\tHow will you ensure staff are fully trained, confident and equipped to identify safeguarding risks early and respond promptly in line with statutory guidance and best practice standards?\n\u2022\tHow will you collaborate with external agencies and referral partners to ensure seamless safeguarding interventions and support?\n\u2022\tHow will you monitor and review staff training and safeguarding practices and ensure governance across all delivery partners. Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members?",
              "name": "Question 3: Staff Development and Safeguarding Processes",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you implement robust systems to monitor participant progress, Programme effectiveness, and delivery outcomes while aligning with Welsh Government system requirements, ensuring data is provided accurately, in a timely manner and securely, whilst driving continuous improvement? Your response must include, but is not limited to:\n\u2022\tHow will you ensure successful interface with Welsh Government data systems, maintain secure data exchange and demonstrate robust compliance with GDPR throughout Programme delivery?\n\u2022\tHow will you ensure the accuracy and timeliness of data submitted?\n\u2022\tHow will you identify, assess and manage risks associated with Programme delivery and data integrity? Explain how your monitoring and evaluation processes will actively support risk mitigation and continuous improvement.\n\u2022\tHow will you use digital systems to monitor participant progress against agreed plans and Programme outcomes, and apply evaluation insights to drive successful outcomes, enhance quality and continuously improve delivery? \n\u2022\tHow will you measure and report on Programme effectiveness and outcomes, including participant feedback, and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?\n\u2022\tHow will you measure and report on equality and diversity outcomes and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?",
              "name": "Question 4: Data Management, Monitoring and Evaluation",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you build strong employer partnerships across diverse sectors, including the third, voluntary and public sectors to secure sustainable job opportunities and work placements? Your response must include, but is not limited to:\n\u2022\tHow will you actively build and maintain partnerships with employers across Welsh Government priority sectors (those driving green growth, digital transformation and inclusive economic growth) within private, third, voluntary and public sectors?\n\u2022\tHow will you ensure safe and secure working conditions for participants in compliance with health and safety standards and safeguarding requirements?\n\u2022\tHow will you tailor engagement and training to meet employer requirements while maintaining participant-focused delivery? \n\u2022\tHow will you embed Fair Work principles across employer engagement activities and support employers to adopt inclusive practices including blind recruitment and supported employment? \n\u2022\tHow will you collaborate with local and regional networks to maximise job opportunities and work placements and address present and future skills gaps with measurable results?\n\u2022\tHow will you measure, track and report employer engagement outcomes, demonstrating clear alignment with Welsh Government priorities (green growth, digital transformation and inclusive economic growth), and use these insights to drive continuous improvement?",
              "name": "Question 5: Employer Engagement and Job Creation",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you ensure consistent quality, manage risks, drive continuous improvement and deliver innovative, cost-effective approaches across all Programme elements, including (as applicable) sub\ncontractors and consortium partners? Your response must include, but is not limited to:\n\u2022\tHow will you monitor delivery quality, uphold accountability and drive continuous improvement through robust quality assurance aligned with recognised standards and frameworks \u2013 including Estyn, Self-Assessment Reports (SAR), and Quality Development Plans (QDPs), while maintaining clear governance and accountability across all delivery partners? Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members.\n\u2022\tHow will you gather feedback from participants and employers and use it to drive continuous improvements in delivery and quality? \n\u2022\tHow will you identify, evaluate and manage delivery risks and implement contingency measures to maintain service continuity and safeguard delivery quality?\n\u2022\tHow will you introduce innovative practices (e.g. digital tools, blended learning, data-driven decision-making, resource sharing) and use technology and alternative approaches to improve quality and cost effectiveness and how will you evaluate and monitor impacts? \n\u2022\tHow will you develop and sustain a diverse and resilient supply chain, ensuring meaningful involvement, to meet participants needs?\n\u2022\tHow will you collaborate with local and regional networks to strengthen delivery quality and share best practice, and actively advance Welsh Government priorities (green growth, digital transformation incorporating digital inclusion and inclusive economic growth underpinned by Fair Work principles)?",
              "name": "Question 6: Quality, Innovation, Risk Management and Value for Money",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please identify and propose community and social benefits that can be attributed directly to this contract. How will you measure, report and evaluate social value contributions that are over and above those expected from delivery of the Employability Support Programme? Proposals must go beyond \u2018business as usual\u2019 activity and demonstrate added value that would not form part of your typical service delivery model. \nAreas to focus on (as provided at Section 2 of the ITT Programme Specification, paragraph 13.4) include:\n\u2022\tPromoting Welsh language\n\u2022\tEncourage cultural inclusion\n\u2022\tCollaboration with supply chain (fostering local partnerships with SMEs, social enterprises and underrepresented groups)",
              "name": "Question 7: Delivering Social Value",
              "numbers": [
                {
                  "number": 10.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2032-03-31T23:59:59+01:00",
          "maxExtentDate": "2035-03-31T23:59:59+01:00",
          "startDate": "2027-03-01T00:00:00+00:00"
        },
        "description": "North Wales- Conwy, Denbighshire, Flintshire, Gwynedd, Isle of Anglesey, Wrexham- approx. 21% of the contract. The intention is to appoint a maximum of 3 suppliers to the lot.\nThe Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.  ",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government\u2019s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice.\nServices for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration.\nWelsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation.\nThe total estimated procured contract value of \u00a3680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts.\nFurther details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents.\nThroughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification.  Changes to the Programme Specification will be implemented in accordance with the terms of the Contract.  \nThe Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts \u2013 Initial and Additional) and as provided in the Contract.\nThe estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations.\nThe requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration.\nBidder(s) should note, the estimated procured total Programme value is subject to:\nAnnual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract)   contingent on budget availability which is not guaranteed.\nModification clauses to activate the provision of Services (as set out  at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract).\nDue to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between \u00a3165 Million to \u00a3680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods).\nBidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment. \nBidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client. \nSee section 39 of the Specification- Changes to the Programme Specification. "
        },
        "renewal": {
          "description": "Contract Start: 1 March 2027\nContract Term: The term of the Contract Agreement is for 5 (five) years and 1 (one) calendar month (and with the option to award an extension of up to an additional 2 (two) years on a 1 (one) year plus 1 (one) year basis) (and a 1 (one) year run down). (5+2+1= 8 years)\nContract End: The Contract  Agreement term ends on 31 March 2032\n\u2022\tAnnual Programme Commissions will be awarded for 2027-28, 2028-29, 2029-30, 2030-31, 2031-32.\n\u2022\tIf the Agreement is extended, a Programme Commission will be issued for 2032-33, and further Programme Commissions may be issued for 2033-34 and potentially for 2034-35."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Full details are stated in the tender documents.\nBidder(s) should respond on the eTenderWales portal:\n\u2022\tComplete the Qualification Response:\nThe Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).\nThe Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template. \nBidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nOnly one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.\nThe Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT \u2013 Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nA Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.\n\u2022\tComplete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)\nThe Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT \u2013 Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\n\u2022\tComplete the AI Disclosure Questionnaire Response Template (non-scored)\nThe Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT \u2013 AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\nTo constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.",
              "type": "economic"
            },
            {
              "description": "Full details are stated in the tender documents.\nBidder(s) should respond on the eTenderWales portal:\n\u2022\tComplete the Qualification Response:\nThe Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).\nThe Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template. \nBidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nOnly one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.\nThe Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT \u2013 Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nA Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.\n\u2022\tComplete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)\nThe Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT \u2013 Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\n\u2022\tComplete the AI Disclosure Questionnaire Response Template (non-scored)\nThe Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT \u2013 AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\nTo constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "North Wales",
        "value": {
          "amount": 142800000,
          "amountGross": 142800001,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "How will you embed equality, diversity and inclusion principles across Programme delivery, ensuring accessibility for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or community, people with LGBTQ+ identities), and demonstrate measurable impact in removing barriers to participation and achievement? Your response must include, but is not limited to:\n\u2022\tHow will you deliver effective outreach and engagement approaches, including collaboration with referral partners and targeted strategies for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or communities, people with LGBTQ+ identities)?\n\u2022\tHow will you provide reasonable adjustments and wraparound support to address barriers, and how will you monitor their effectiveness?\n\u2022\tHow will you embed cultural inclusion that meets participant needs?\n\u2022\tHow will you meet Welsh Language Standards and provide Welsh language and bilingual services that meet participant needs?\n\u2022\tHow will you manage disengagement risks and deliver re-engagement strategies and how will you monitor their effectiveness?\n\u2022\tHow will you tailor delivery to local needs and implement inclusive coverage across all geographical locations, including Hard to Reach Areas (as defined in section 1 of the ITT, Instruction to Bidders) for the Regional Lot?\n\u2022\tHow will you embed equality, diversity and inclusion principles in delivery and demonstrate measurable progress against Welsh Government priorities for inclusive economic growth? ",
              "name": "Question 1: Inclusive Access and Engagement",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you deliver individualised learning and development support that reflects each participant\u2019s prior experience, aspirations, and barriers to employment? Your response must include, but is not limited to:\n\u2022\tHow will you conduct comprehensive assessments of individual participant needs and work collaboratively with them to co-design their personalised support plan, ensuring flexible pathways that lead to sustainable employment or progression into further learning?\n\u2022\tHow will you deliver modular learning options and use blended learning approaches to meet diverse participant needs and maximise accessibility?\n\u2022\tHow will you track participant progress and adapt interventions, including learning approaches and frequency and process for reviews, to improve engagement, retention and outcomes?\n\u2022\tHow will you secure job opportunities and work placements that reflect each participant\u2019s aspirations and needs, while ensuring alignment with present and future local labour market gaps and skills demand?",
              "name": "Question 2: Individualised Learning and Progression",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you ensure staff are fully equipped to support participants with diverse needs and uphold safeguarding standards throughout delivery? Your response must include, but is not limited to:\n\u2022\tHow will you identify initial staff training needs and implement a comprehensive plan to ensure all staff are equipped to support participants to best industry standards, including ensuring equality and safeguarding and supporting diverse needs? \n\u2022\tHow will you deliver ongoing professional development, incorporating specialist training including mental health, disability inclusion, supported employment, positive behaviour support, and provide opportunities for collaboration with external support agencies to maintain best practice?\n\u2022\tHow will you ensure staff are fully trained, confident and equipped to identify safeguarding risks early and respond promptly in line with statutory guidance and best practice standards?\n\u2022\tHow will you collaborate with external agencies and referral partners to ensure seamless safeguarding interventions and support?\n\u2022\tHow will you monitor and review staff training and safeguarding practices and ensure governance across all delivery partners. Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members?",
              "name": "Question 3: Staff Development and Safeguarding Processes",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you implement robust systems to monitor participant progress, Programme effectiveness, and delivery outcomes while aligning with Welsh Government system requirements, ensuring data is provided accurately, in a timely manner and securely, whilst driving continuous improvement? Your response must include, but is not limited to:\n\u2022\tHow will you ensure successful interface with Welsh Government data systems, maintain secure data exchange and demonstrate robust compliance with GDPR throughout Programme delivery?\n\u2022\tHow will you ensure the accuracy and timeliness of data submitted?\n\u2022\tHow will you identify, assess and manage risks associated with Programme delivery and data integrity? Explain how your monitoring and evaluation processes will actively support risk mitigation and continuous improvement.\n\u2022\tHow will you use digital systems to monitor participant progress against agreed plans and Programme outcomes, and apply evaluation insights to drive successful outcomes, enhance quality and continuously improve delivery? \n\u2022\tHow will you measure and report on Programme effectiveness and outcomes, including participant feedback, and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?\n\u2022\tHow will you measure and report on equality and diversity outcomes and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?",
              "name": "Question 4: Data Management, Monitoring and Evaluation",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you build strong employer partnerships across diverse sectors, including the third, voluntary and public sectors to secure sustainable job opportunities and work placements? Your response must include, but is not limited to:\n\u2022\tHow will you actively build and maintain partnerships with employers across Welsh Government priority sectors (those driving green growth, digital transformation and inclusive economic growth) within private, third, voluntary and public sectors?\n\u2022\tHow will you ensure safe and secure working conditions for participants in compliance with health and safety standards and safeguarding requirements?\n\u2022\tHow will you tailor engagement and training to meet employer requirements while maintaining participant-focused delivery? \n\u2022\tHow will you embed Fair Work principles across employer engagement activities and support employers to adopt inclusive practices including blind recruitment and supported employment? \n\u2022\tHow will you collaborate with local and regional networks to maximise job opportunities and work placements and address present and future skills gaps with measurable results?\n\u2022\tHow will you measure, track and report employer engagement outcomes, demonstrating clear alignment with Welsh Government priorities (green growth, digital transformation and inclusive economic growth), and use these insights to drive continuous improvement?",
              "name": "Question 5: Employer Engagement and Job Creation",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you ensure consistent quality, manage risks, drive continuous improvement and deliver innovative, cost-effective approaches across all Programme elements, including (as applicable) sub\ncontractors and consortium partners? Your response must include, but is not limited to:\n\u2022\tHow will you monitor delivery quality, uphold accountability and drive continuous improvement through robust quality assurance aligned with recognised standards and frameworks \u2013 including Estyn, Self-Assessment Reports (SAR), and Quality Development Plans (QDPs), while maintaining clear governance and accountability across all delivery partners? Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members.\n\u2022\tHow will you gather feedback from participants and employers and use it to drive continuous improvements in delivery and quality? \n\u2022\tHow will you identify, evaluate and manage delivery risks and implement contingency measures to maintain service continuity and safeguard delivery quality?\n\u2022\tHow will you introduce innovative practices (e.g. digital tools, blended learning, data-driven decision-making, resource sharing) and use technology and alternative approaches to improve quality and cost effectiveness and how will you evaluate and monitor impacts? \n\u2022\tHow will you develop and sustain a diverse and resilient supply chain, ensuring meaningful involvement, to meet participants needs?\n\u2022\tHow will you collaborate with local and regional networks to strengthen delivery quality and share best practice, and actively advance Welsh Government priorities (green growth, digital transformation incorporating digital inclusion and inclusive economic growth underpinned by Fair Work principles)?",
              "name": "Question 6: Quality, Innovation, Risk Management and Value for Money",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please identify and propose community and social benefits that can be attributed directly to this contract. How will you measure, report and evaluate social value contributions that are over and above those expected from delivery of the Employability Support Programme? Proposals must go beyond \u2018business as usual\u2019 activity and demonstrate added value that would not form part of your typical service delivery model. \nAreas to focus on (as provided at Section 2 of the ITT Programme Specification, paragraph 13.4) include:\n\u2022\tPromoting Welsh language\n\u2022\tEncourage cultural inclusion\n\u2022\tCollaboration with supply chain (fostering local partnerships with SMEs, social enterprises and underrepresented groups)",
              "name": "Question 7: Delivering Social Value",
              "numbers": [
                {
                  "number": 10.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2032-03-31T23:59:59+01:00",
          "maxExtentDate": "2035-03-31T23:59:59+01:00",
          "startDate": "2027-03-01T00:00:00+00:00"
        },
        "description": "Mid Wales and South-West Wales- Carmarthenshire, Ceredigion, Neath Port Talbot, Pembrokeshire, Powys, Swansea - approx. 28% of the contract. The intention is to appoint a maximum of 4 suppliers to the lot. The Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.  ",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "2",
        "options": {
          "description": "To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government\u2019s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice.\nServices for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration.\nWelsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation.\nThe total estimated procured contract value of \u00a3680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts.\nFurther details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents.\nThroughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification.  Changes to the Programme Specification will be implemented in accordance with the terms of the Contract.  \nThe Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts \u2013 Initial and Additional) and as provided in the Contract.\nThe estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations.\nThe requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration.\nBidder(s) should note, the estimated procured total Programme value is subject to:\nAnnual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract)   contingent on budget availability which is not guaranteed.\nModification clauses to activate the provision of Services (as set out  at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract).\nDue to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between \u00a3165 Million to \u00a3680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods).\nBidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment. \nBidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client. \nSee section 39 of the Specification- Changes to the Programme Specification. "
        },
        "renewal": {
          "description": "Contract Start: 1 March 2027\nContract Term: The term of the Contract Agreement is for 5 (five) years and 1 (one) calendar month (and with the option to award an extension of up to an additional 2 (two) years on a 1 (one) year plus 1 (one) year basis) (and a 1 (one) year run down). (5+2+1= 8 years)\nContract End: The Contract  Agreement term ends on 31 March 2032\n\u2022\tAnnual Programme Commissions will be awarded for 2027-28, 2028-29, 2029-30, 2030-31, 2031-32.\n\u2022\tIf the Agreement is extended, a Programme Commission will be issued for 2032-33, and further Programme Commissions may be issued for 2033-34 and potentially for 2034-35."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Full details are stated in the tender documents.\nBidder(s) should respond on the eTenderWales portal:\n\u2022\tComplete the Qualification Response:\nThe Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).\nThe Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template. \nBidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nOnly one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.\nThe Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT \u2013 Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nA Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.\n\u2022\tComplete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)\nThe Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT \u2013 Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\n\u2022\tComplete the AI Disclosure Questionnaire Response Template (non-scored)\nThe Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT \u2013 AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\nTo constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.",
              "type": "economic"
            },
            {
              "description": "Full details are stated in the tender documents.\nBidder(s) should respond on the eTenderWales portal:\n\u2022\tComplete the Qualification Response:\nThe Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).\nThe Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template. \nBidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nOnly one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.\nThe Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT \u2013 Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nA Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.\n\u2022\tComplete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)\nThe Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT \u2013 Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\n\u2022\tComplete the AI Disclosure Questionnaire Response Template (non-scored)\nThe Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT \u2013 AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\nTo constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "Mid Wales and South-West Wales",
        "value": {
          "amount": 190400000,
          "amountGross": 190400001,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "How will you embed equality, diversity and inclusion principles across Programme delivery, ensuring accessibility for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or community, people with LGBTQ+ identities), and demonstrate measurable impact in removing barriers to participation and achievement? Your response must include, but is not limited to:\n\u2022\tHow will you deliver effective outreach and engagement approaches, including collaboration with referral partners and targeted strategies for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or communities, people with LGBTQ+ identities)?\n\u2022\tHow will you provide reasonable adjustments and wraparound support to address barriers, and how will you monitor their effectiveness?\n\u2022\tHow will you embed cultural inclusion that meets participant needs?\n\u2022\tHow will you meet Welsh Language Standards and provide Welsh language and bilingual services that meet participant needs?\n\u2022\tHow will you manage disengagement risks and deliver re-engagement strategies and how will you monitor their effectiveness?\n\u2022\tHow will you tailor delivery to local needs and implement inclusive coverage across all geographical locations, including Hard to Reach Areas (as defined in section 1 of the ITT, Instruction to Bidders) for the Regional Lot?\n\u2022\tHow will you embed equality, diversity and inclusion principles in delivery and demonstrate measurable progress against Welsh Government priorities for inclusive economic growth? ",
              "name": "Question 1: Inclusive Access and Engagement",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you deliver individualised learning and development support that reflects each participant\u2019s prior experience, aspirations, and barriers to employment? Your response must include, but is not limited to:\n\u2022\tHow will you conduct comprehensive assessments of individual participant needs and work collaboratively with them to co-design their personalised support plan, ensuring flexible pathways that lead to sustainable employment or progression into further learning?\n\u2022\tHow will you deliver modular learning options and use blended learning approaches to meet diverse participant needs and maximise accessibility?\n\u2022\tHow will you track participant progress and adapt interventions, including learning approaches and frequency and process for reviews, to improve engagement, retention and outcomes?\n\u2022\tHow will you secure job opportunities and work placements that reflect each participant\u2019s aspirations and needs, while ensuring alignment with present and future local labour market gaps and skills demand?",
              "name": "Question 2: Individualised Learning and Progression",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you ensure staff are fully equipped to support participants with diverse needs and uphold safeguarding standards throughout delivery? Your response must include, but is not limited to:\n\u2022\tHow will you identify initial staff training needs and implement a comprehensive plan to ensure all staff are equipped to support participants to best industry standards, including ensuring equality and safeguarding and supporting diverse needs? \n\u2022\tHow will you deliver ongoing professional development, incorporating specialist training including mental health, disability inclusion, supported employment, positive behaviour support, and provide opportunities for collaboration with external support agencies to maintain best practice?\n\u2022\tHow will you ensure staff are fully trained, confident and equipped to identify safeguarding risks early and respond promptly in line with statutory guidance and best practice standards?\n\u2022\tHow will you collaborate with external agencies and referral partners to ensure seamless safeguarding interventions and support?\n\u2022\tHow will you monitor and review staff training and safeguarding practices and ensure governance across all delivery partners. Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members?",
              "name": "Question 3: Staff Development and Safeguarding Processes",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you implement robust systems to monitor participant progress, Programme effectiveness, and delivery outcomes while aligning with Welsh Government system requirements, ensuring data is provided accurately, in a timely manner and securely, whilst driving continuous improvement? Your response must include, but is not limited to:\n\u2022\tHow will you ensure successful interface with Welsh Government data systems, maintain secure data exchange and demonstrate robust compliance with GDPR throughout Programme delivery?\n\u2022\tHow will you ensure the accuracy and timeliness of data submitted?\n\u2022\tHow will you identify, assess and manage risks associated with Programme delivery and data integrity? Explain how your monitoring and evaluation processes will actively support risk mitigation and continuous improvement.\n\u2022\tHow will you use digital systems to monitor participant progress against agreed plans and Programme outcomes, and apply evaluation insights to drive successful outcomes, enhance quality and continuously improve delivery? \n\u2022\tHow will you measure and report on Programme effectiveness and outcomes, including participant feedback, and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?\n\u2022\tHow will you measure and report on equality and diversity outcomes and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?",
              "name": "Question 4: Data Management, Monitoring and Evaluation",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you build strong employer partnerships across diverse sectors, including the third, voluntary and public sectors to secure sustainable job opportunities and work placements? Your response must include, but is not limited to:\n\u2022\tHow will you actively build and maintain partnerships with employers across Welsh Government priority sectors (those driving green growth, digital transformation and inclusive economic growth) within private, third, voluntary and public sectors?\n\u2022\tHow will you ensure safe and secure working conditions for participants in compliance with health and safety standards and safeguarding requirements?\n\u2022\tHow will you tailor engagement and training to meet employer requirements while maintaining participant-focused delivery? \n\u2022\tHow will you embed Fair Work principles across employer engagement activities and support employers to adopt inclusive practices including blind recruitment and supported employment? \n\u2022\tHow will you collaborate with local and regional networks to maximise job opportunities and work placements and address present and future skills gaps with measurable results?\n\u2022\tHow will you measure, track and report employer engagement outcomes, demonstrating clear alignment with Welsh Government priorities (green growth, digital transformation and inclusive economic growth), and use these insights to drive continuous improvement?",
              "name": "Question 5: Employer Engagement and Job Creation",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you ensure consistent quality, manage risks, drive continuous improvement and deliver innovative, cost-effective approaches across all Programme elements, including (as applicable) sub\ncontractors and consortium partners? Your response must include, but is not limited to:\n\u2022\tHow will you monitor delivery quality, uphold accountability and drive continuous improvement through robust quality assurance aligned with recognised standards and frameworks \u2013 including Estyn, Self-Assessment Reports (SAR), and Quality Development Plans (QDPs), while maintaining clear governance and accountability across all delivery partners? Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members.\n\u2022\tHow will you gather feedback from participants and employers and use it to drive continuous improvements in delivery and quality? \n\u2022\tHow will you identify, evaluate and manage delivery risks and implement contingency measures to maintain service continuity and safeguard delivery quality?\n\u2022\tHow will you introduce innovative practices (e.g. digital tools, blended learning, data-driven decision-making, resource sharing) and use technology and alternative approaches to improve quality and cost effectiveness and how will you evaluate and monitor impacts? \n\u2022\tHow will you develop and sustain a diverse and resilient supply chain, ensuring meaningful involvement, to meet participants needs?\n\u2022\tHow will you collaborate with local and regional networks to strengthen delivery quality and share best practice, and actively advance Welsh Government priorities (green growth, digital transformation incorporating digital inclusion and inclusive economic growth underpinned by Fair Work principles)?",
              "name": "Question 6: Quality, Innovation, Risk Management and Value for Money",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please identify and propose community and social benefits that can be attributed directly to this contract. How will you measure, report and evaluate social value contributions that are over and above those expected from delivery of the Employability Support Programme? Proposals must go beyond \u2018business as usual\u2019 activity and demonstrate added value that would not form part of your typical service delivery model. \nAreas to focus on (as provided at Section 2 of the ITT Programme Specification, paragraph 13.4) include:\n\u2022\tPromoting Welsh language\n\u2022\tEncourage cultural inclusion\n\u2022\tCollaboration with supply chain (fostering local partnerships with SMEs, social enterprises and underrepresented groups)",
              "name": "Question 7: Delivering Social Value",
              "numbers": [
                {
                  "number": 10.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2032-03-31T23:59:59+01:00",
          "maxExtentDate": "2035-03-31T23:59:59+01:00",
          "startDate": "2027-03-01T00:00:00+00:00"
        },
        "description": "South -East Wales- Blaenau Gwent, Caerphilly, Monmouthshire, Newport, Torfaen- approx. 19%. The intention is to appoint a maximum of 3 suppliers to the lot. \nThe Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.   ",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "3",
        "options": {
          "description": "To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government\u2019s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice.\nServices for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration.\nWelsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation.\nThe total estimated procured contract value of \u00a3680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts.\nFurther details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents.\nThroughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification.  Changes to the Programme Specification will be implemented in accordance with the terms of the Contract.  \nThe Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts \u2013 Initial and Additional) and as provided in the Contract.\nThe estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations.\nThe requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration.\nBidder(s) should note, the estimated procured total Programme value is subject to:\nAnnual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract)   contingent on budget availability which is not guaranteed.\nModification clauses to activate the provision of Services (as set out  at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract).\nDue to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between \u00a3165 Million to \u00a3680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods).\nBidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment. \nBidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client. \nSee section 39 of the Specification- Changes to the Programme Specification. "
        },
        "renewal": {
          "description": "Contract Start: 1 March 2027\nContract Term: The term of the Contract Agreement is for 5 (five) years and 1 (one) calendar month (and with the option to award an extension of up to an additional 2 (two) years on a 1 (one) year plus 1 (one) year basis) (and a 1 (one) year run down). (5+2+1= 8 years)\nContract End: The Contract  Agreement term ends on 31 March 2032\n\u2022\tAnnual Programme Commissions will be awarded for 2027-28, 2028-29, 2029-30, 2030-31, 2031-32.\n\u2022\tIf the Agreement is extended, a Programme Commission will be issued for 2032-33, and further Programme Commissions may be issued for 2033-34 and potentially for 2034-35."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Full details are stated in the tender documents.\nBidder(s) should respond on the eTenderWales portal:\n\u2022\tComplete the Qualification Response:\nThe Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).\nThe Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template. \nBidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nOnly one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.\nThe Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT \u2013 Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nA Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.\n\u2022\tComplete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)\nThe Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT \u2013 Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\n\u2022\tComplete the AI Disclosure Questionnaire Response Template (non-scored)\nThe Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT \u2013 AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\nTo constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.",
              "type": "economic"
            },
            {
              "description": "Full details are stated in the tender documents.\nBidder(s) should respond on the eTenderWales portal:\n\u2022\tComplete the Qualification Response:\nThe Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).\nThe Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template. \nBidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nOnly one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.\nThe Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT \u2013 Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nA Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.\n\u2022\tComplete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)\nThe Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT \u2013 Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\n\u2022\tComplete the AI Disclosure Questionnaire Response Template (non-scored)\nThe Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT \u2013 AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\nTo constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "South -East Wales",
        "value": {
          "amount": 129200000,
          "amountGross": 129200001,
          "currency": "GBP"
        }
      },
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "How will you embed equality, diversity and inclusion principles across Programme delivery, ensuring accessibility for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or community, people with LGBTQ+ identities), and demonstrate measurable impact in removing barriers to participation and achievement? Your response must include, but is not limited to:\n\u2022\tHow will you deliver effective outreach and engagement approaches, including collaboration with referral partners and targeted strategies for under-represented groups and people with protected characteristics (e.g. disabled people, people from a minority ethnic background or communities, people with LGBTQ+ identities)?\n\u2022\tHow will you provide reasonable adjustments and wraparound support to address barriers, and how will you monitor their effectiveness?\n\u2022\tHow will you embed cultural inclusion that meets participant needs?\n\u2022\tHow will you meet Welsh Language Standards and provide Welsh language and bilingual services that meet participant needs?\n\u2022\tHow will you manage disengagement risks and deliver re-engagement strategies and how will you monitor their effectiveness?\n\u2022\tHow will you tailor delivery to local needs and implement inclusive coverage across all geographical locations, including Hard to Reach Areas (as defined in section 1 of the ITT, Instruction to Bidders) for the Regional Lot?\n\u2022\tHow will you embed equality, diversity and inclusion principles in delivery and demonstrate measurable progress against Welsh Government priorities for inclusive economic growth? ",
              "name": "Question 1: Inclusive Access and Engagement",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you deliver individualised learning and development support that reflects each participant\u2019s prior experience, aspirations, and barriers to employment? Your response must include, but is not limited to:\n\u2022\tHow will you conduct comprehensive assessments of individual participant needs and work collaboratively with them to co-design their personalised support plan, ensuring flexible pathways that lead to sustainable employment or progression into further learning?\n\u2022\tHow will you deliver modular learning options and use blended learning approaches to meet diverse participant needs and maximise accessibility?\n\u2022\tHow will you track participant progress and adapt interventions, including learning approaches and frequency and process for reviews, to improve engagement, retention and outcomes?\n\u2022\tHow will you secure job opportunities and work placements that reflect each participant\u2019s aspirations and needs, while ensuring alignment with present and future local labour market gaps and skills demand?",
              "name": "Question 2: Individualised Learning and Progression",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you ensure staff are fully equipped to support participants with diverse needs and uphold safeguarding standards throughout delivery? Your response must include, but is not limited to:\n\u2022\tHow will you identify initial staff training needs and implement a comprehensive plan to ensure all staff are equipped to support participants to best industry standards, including ensuring equality and safeguarding and supporting diverse needs? \n\u2022\tHow will you deliver ongoing professional development, incorporating specialist training including mental health, disability inclusion, supported employment, positive behaviour support, and provide opportunities for collaboration with external support agencies to maintain best practice?\n\u2022\tHow will you ensure staff are fully trained, confident and equipped to identify safeguarding risks early and respond promptly in line with statutory guidance and best practice standards?\n\u2022\tHow will you collaborate with external agencies and referral partners to ensure seamless safeguarding interventions and support?\n\u2022\tHow will you monitor and review staff training and safeguarding practices and ensure governance across all delivery partners. Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members?",
              "name": "Question 3: Staff Development and Safeguarding Processes",
              "numbers": [
                {
                  "number": 16.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you implement robust systems to monitor participant progress, Programme effectiveness, and delivery outcomes while aligning with Welsh Government system requirements, ensuring data is provided accurately, in a timely manner and securely, whilst driving continuous improvement? Your response must include, but is not limited to:\n\u2022\tHow will you ensure successful interface with Welsh Government data systems, maintain secure data exchange and demonstrate robust compliance with GDPR throughout Programme delivery?\n\u2022\tHow will you ensure the accuracy and timeliness of data submitted?\n\u2022\tHow will you identify, assess and manage risks associated with Programme delivery and data integrity? Explain how your monitoring and evaluation processes will actively support risk mitigation and continuous improvement.\n\u2022\tHow will you use digital systems to monitor participant progress against agreed plans and Programme outcomes, and apply evaluation insights to drive successful outcomes, enhance quality and continuously improve delivery? \n\u2022\tHow will you measure and report on Programme effectiveness and outcomes, including participant feedback, and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?\n\u2022\tHow will you measure and report on equality and diversity outcomes and apply insights to drive successful outcomes, enhance quality and continuously improve delivery?",
              "name": "Question 4: Data Management, Monitoring and Evaluation",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you build strong employer partnerships across diverse sectors, including the third, voluntary and public sectors to secure sustainable job opportunities and work placements? Your response must include, but is not limited to:\n\u2022\tHow will you actively build and maintain partnerships with employers across Welsh Government priority sectors (those driving green growth, digital transformation and inclusive economic growth) within private, third, voluntary and public sectors?\n\u2022\tHow will you ensure safe and secure working conditions for participants in compliance with health and safety standards and safeguarding requirements?\n\u2022\tHow will you tailor engagement and training to meet employer requirements while maintaining participant-focused delivery? \n\u2022\tHow will you embed Fair Work principles across employer engagement activities and support employers to adopt inclusive practices including blind recruitment and supported employment? \n\u2022\tHow will you collaborate with local and regional networks to maximise job opportunities and work placements and address present and future skills gaps with measurable results?\n\u2022\tHow will you measure, track and report employer engagement outcomes, demonstrating clear alignment with Welsh Government priorities (green growth, digital transformation and inclusive economic growth), and use these insights to drive continuous improvement?",
              "name": "Question 5: Employer Engagement and Job Creation",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "How will you ensure consistent quality, manage risks, drive continuous improvement and deliver innovative, cost-effective approaches across all Programme elements, including (as applicable) sub\ncontractors and consortium partners? Your response must include, but is not limited to:\n\u2022\tHow will you monitor delivery quality, uphold accountability and drive continuous improvement through robust quality assurance aligned with recognised standards and frameworks \u2013 including Estyn, Self-Assessment Reports (SAR), and Quality Development Plans (QDPs), while maintaining clear governance and accountability across all delivery partners? Include details of how these arrangements will apply to the lead contractor and, if applicable, extend to any subcontractors and consortium members.\n\u2022\tHow will you gather feedback from participants and employers and use it to drive continuous improvements in delivery and quality? \n\u2022\tHow will you identify, evaluate and manage delivery risks and implement contingency measures to maintain service continuity and safeguard delivery quality?\n\u2022\tHow will you introduce innovative practices (e.g. digital tools, blended learning, data-driven decision-making, resource sharing) and use technology and alternative approaches to improve quality and cost effectiveness and how will you evaluate and monitor impacts? \n\u2022\tHow will you develop and sustain a diverse and resilient supply chain, ensuring meaningful involvement, to meet participants needs?\n\u2022\tHow will you collaborate with local and regional networks to strengthen delivery quality and share best practice, and actively advance Welsh Government priorities (green growth, digital transformation incorporating digital inclusion and inclusive economic growth underpinned by Fair Work principles)?",
              "name": "Question 6: Quality, Innovation, Risk Management and Value for Money",
              "numbers": [
                {
                  "number": 14.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Please identify and propose community and social benefits that can be attributed directly to this contract. How will you measure, report and evaluate social value contributions that are over and above those expected from delivery of the Employability Support Programme? Proposals must go beyond \u2018business as usual\u2019 activity and demonstrate added value that would not form part of your typical service delivery model. \nAreas to focus on (as provided at Section 2 of the ITT Programme Specification, paragraph 13.4) include:\n\u2022\tPromoting Welsh language\n\u2022\tEncourage cultural inclusion\n\u2022\tCollaboration with supply chain (fostering local partnerships with SMEs, social enterprises and underrepresented groups)",
              "name": "Question 7: Delivering Social Value",
              "numbers": [
                {
                  "number": 10.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2032-03-31T23:59:59+01:00",
          "maxExtentDate": "2035-03-21T23:59:59+00:00",
          "startDate": "2027-03-01T00:00:00+00:00"
        },
        "description": "South -Central Wales - Bridgend, Cardiff, Merthyr Tydfil, Rhondda Cynon Taf, Vale of Glamorgan- approx. 32% of the contract. The intention is to appoint a maximum of 5 suppliers to the lot.\nThe Services will be delivered within each Regional Lot by the appointed contractors. Delivery may take place in person and online/virtually adapting to individual participant needs. The Client will manage the allocation of displaced participants as provided in the Instructions to Bidders at paragraph 10 (Allocation Methodology). Future referrals will be closely monitored by the Client to ensure they remain broadly proportionate to the Regional Lotting Structure.   ",
        "hasOptions": true,
        "hasRenewal": true,
        "id": "4",
        "options": {
          "description": "To maximise the accessibility, effectiveness and impact, services delivered under the Contract will be targeted towards an Initial Cohort. Services may at the Welsh Government\u2019s discretion subject to funding availability, service need and strategic priorities, be extended to one or both Additional Cohorts during the Contract Duration by written notice.\nServices for the Additional Cohorts will be materially similar in design and delivery method to those delivered for the Initial Cohort, with the frequency and intensity of interventions tailored to meet the specific needs of each group. Bidder(s) must not submit tenders on the assumption that any Additional Cohorts and / or Extension Period(s) will be activated during the Contract Duration.\nWelsh Government reserves the right to activate the modification clause as detailed in the tender documents, and/or activate services for either one or both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing, performance indicators, potential Additional Cohorts and pilot services, and the modification clause are set out in the tender documentation.\nThe total estimated procured contract value of \u00a3680,000,000 represents the maximum anticipated expenditure under this contract for the whole Programme, inclusive of potential activation of Additional Cohorts, all available extension periods and inflation-linked adjustments. This figure does not constitute a guarantee of funding. Actual funded value will be subject to annual approval and may be lower depending on available budget, service take up the potential activation of extension periods and Additional Cohorts.\nFurther details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents.\nThroughout the duration of the Contract, the Client may seek to continue to improve the Programme and to make changes where necessary to take into account changing Ministerial priorities, emerging economic and labour market conditions and changes to legislation. To this end, a number of flexibilities (including but not limited to varying the Services) have been incorporated into the Contract and the Specification.  Changes to the Programme Specification will be implemented in accordance with the terms of the Contract.  \nThe Client may by written notice to the Contractor, activate the provision of Services to one or both Additional Cohorts as described in the Instructions to Bidders at paragraph 8 (Cohorts \u2013 Initial and Additional) and as provided in the Contract.\nThe estimated Annual Programme Commission value per Contract is contingent on budget availability and will be based upon the estimated total procured Programme value for each year of the Programme. The average per participant cost, together with the proportionate share between the Lots, will be closely monitored through the Contract Duration. When allocating future Annual Programme Commissions, the Client may rely on such monitoring data, to determine such allocations.\nThe requirements of the Client are dependent on Ministerial priorities, funding availability, economic factors, stability of the market environment, and duration of employability support. These factors will be considered when determining whether to award an Annual Programme Commission and / or to extend the Contract Duration.\nBidder(s) should note, the estimated procured total Programme value is subject to:\nAnnual Programme Commission(s) (as described in the Instructions to Bidders at paragraph 11 (Annual Programme Commission) and as provided in the Contract)   contingent on budget availability which is not guaranteed.\nModification clauses to activate the provision of Services (as set out  at paragraph 34 in the Instructions to Bidders (Changes to the Programme Specification) and as provided in the Contract).\nDue to potential variables across the Contract Duration, including Extension Periods and Additional Cohorts being activated, there is significant difference between the minimum and maximum estimated procured total Procurement value, to illustrate to the Bidders, the potential variance in cost. The total contract value is between \u00a3165 Million to \u00a3680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts and all extension periods).\nBidders should note that the pricing arrangements including indexation are set out in the Contract. Fees are fixed by the Client and are not subject to Bidder amendment. \nBidders should also note that under the Contract, the Client may terminate the Contract in the event of cessation of funding by the Client. \nSee section 39 of the Specification- Changes to the Programme Specification. "
        },
        "renewal": {
          "description": "Contract Start: 1 March 2027\nContract Term: The term of the Contract Agreement is for 5 (five) years and 1 (one) calendar month (and with the option to award an extension of up to an additional 2 (two) years on a 1 (one) year plus 1 (one) year basis) (and a 1 (one) year run down). (5+2+1= 8 years)\nContract End: The Contract  Agreement term ends on 31 March 2032\n\u2022\tAnnual Programme Commissions will be awarded for 2027-28, 2028-29, 2029-30, 2030-31, 2031-32.\n\u2022\tIf the Agreement is extended, a Programme Commission will be issued for 2032-33, and further Programme Commissions may be issued for 2033-34 and potentially for 2034-35."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "Full details are stated in the tender documents.\nBidder(s) should respond on the eTenderWales portal:\n\u2022\tComplete the Qualification Response:\nThe Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).\nThe Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template. \nBidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nOnly one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.\nThe Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT \u2013 Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nA Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.\n\u2022\tComplete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)\nThe Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT \u2013 Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\n\u2022\tComplete the AI Disclosure Questionnaire Response Template (non-scored)\nThe Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT \u2013 AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\nTo constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.",
              "type": "economic"
            },
            {
              "description": "Full details are stated in the tender documents.\nBidder(s) should respond on the eTenderWales portal:\n\u2022\tComplete the Qualification Response:\nThe Bidder(s) must complete all relevant questions within the Qualification Questionnaire in the Qualification section/envelope of the eTenderWales portal (Schedule 3.1 ITT - Qualification Questionnaire (including Bespoke Questions).\nThe Bidder(s) must download and complete all questions within the Bespoke Qualification Questions (CCGEN.0.2) Response Template. The completed Template must be re-uploaded to the Qualification section/envelope of the eTenderWales portal. When completing their answers Bidder(s) must comply with the instructions set out in the Qualification Assessment Response (CCGEN.0.2) Template. \nBidder(s) responses to Qualification questions must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nOnly one Qualification Questionnaire (including Bespoke Questions) and only one Bespoke Qualification Questions (CCGEN.0.2) Response Template is required to be submitted. Responses must cover and apply to all Regional Lots that you are bidding for. Response must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 1: Qualification requirements, will not progress to the next stage of the assessment, see paragraph 16 of the Instructions to Bidders.\nThe Bidder(s) must download on the eTenderWales portal and complete all questions within the Technical Response Template (Schedule 3.3 ITT \u2013 Technical Response Template). The completed Template must be re-uploaded to the Technical section/envelope of the eTenderWales portal. When completing answers Bidders must comply with the instructions set out in the Technical Response template. Bidder responses to questions in the Technical questionnaire must comply with the word count where specified. Please note that information provided outside of the scope of the count will be disregarded.\nA Completed Technical Response Template must be submitted for each Lot that is bid for. Responses must cover and apply to both the Initial Cohort and the Additional Cohorts.\nBids that do not meet the requisite Stage 2: Technical response, minimum scoring threshold, see paragraph 16 of the Instructions to Bidders (Assessment of Bid Responses), will result in the rejection of the Bid. For the avoidance of doubt, as Bidders are entitled to submit Bids under multiple Lots, a Bidders success / unsuccess under one Lot will not impact the outcome of their Bid under an alternative Lot.\n\u2022\tComplete the Non Core Community Benefits Proposal Template (non-scored) in accordance with this Paragraph 15 (Clarification / Bid Submission - Procedures and Deadlines)\nThe Bidder(s) must download and complete the Non Core Community Benefits Proposal Template (non-scored) (Schedule 3.5 ITT \u2013 Non-core Community Benefits Proposal (response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one Non Core Community Benefits Proposal is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\n\u2022\tComplete the AI Disclosure Questionnaire Response Template (non-scored)\nThe Bidder(s) must download and complete the AI Disclosure Questionnaire Response Template (non-scored) (Schedule 3.7 ITT \u2013 AI Disclosure Questionnaire (Response Template)(non-scored)). The completed Template must be re-uploaded to the eTenderWales portal.\nOnly one AI Disclosure Questionnaire Response is required to be submitted, responses must cover and apply to all Regional Lots that are bid for.\nTo constitute a Compliant Bid, it is essential that all information requested is duly completed and returned. Any details not provided, fully completed or saved to the incorrect response envelope will constitute an admission of unsuitability/inability to fulfil requirements and will result in the Bid Response being rejected at the absolute discretion of the Client.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true,
          "vcse": true
        },
        "title": "South -Central Wales ",
        "value": {
          "amount": 217600000,
          "amountGross": 217600001,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2030-03-31T23:59:59+01:00"
        }
      ]
    },
    "riskDetails": "Estimated total procured contract value: between \u00a3165 Million to \u00a3680 Million (lowest value assumes 5 annual commissions, highest value assumes 8 annual commissions and the activation of the Additional Cohorts)\nThe lowest estimated value represents the total WG funding available. The highest estimated value is contingent upon the confirmation of other funding streams, which are anticipated.\n\u2022\tThe value is not guaranteed\n\u2022\tIt is subject to annual approval\n\u2022\tIt may vary significantly\n\u2022\tIt is subject to modification clauses\nWG reserves the right to activate the modification clause as detailed in the tenders documents, and/or activate services for either / both of the Additional Cohorts and pilot services of a similar nature during the contract term via a contract variation in accordance with Schedule 8, Paragraph 1 of the Procurement Act 2023. Further details of the pricing and performance indicators for these services, and details of the modification clause are set out in the tender documents.\nWelsh Government does not consider there to be any known risks that could jeopardise the satisfactory performance of the Contract, which have not already been addressed in the Tender Documents.",
    "specialRegime": [
      "lightTouch"
    ],
    "status": "active",
    "submissionMethodDetails": "https://etenderwales.bravosolution.co.uk- NOTE: The authority is using eTenderwales to carry out this procurement process. The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.- The User who performs the Registration becomes the Super User for the Organisation.- On registering on the Platform the Super User will select a Username and will receive a password.- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.- In order to log-in to the Platform please enter your Username and Password.- Note: If you forget your Password then visit the homepage and click \u201cForgot your password?\u201d- Registration should only be performed once for each Organisation.- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. \nHow To Find The ITT:- Once logged in you must click on \u2018PQQs/ITT\u2019s Open to all Suppliers\u2019- The e-tender references for this contract are: \nproject_62473 - Employability Support Programme\nitt_123726 - Employability Support Programme - Qualification\nitt_123727 - Employability Support Programme - Lot 1\nitt_123729 - Employability Support Programme - Lot 2\nitt_123730 - Employability Support Programme - Lot 3\nitt_123731 - Employability Support Programme - Lot 4\nClick on the title to access summary details of the contract. If you are still interested in submitting a tender, click the \u2018Express an Interest button\u2019. This will move the PQQ/ITT from the \u2018Open to all Suppliers\u2019 area to the \u2018My PQQ/ITT\u2019s\u2019 on the home page.- You will then see the full details of the Tender in the qualification and technical envelopes along with any relevant documents in the \u2018Attachments\u2019 area.- Should you have any questions on the Tender, please use the \u2018Messages\u2019 area to contact the buyer directly.\nUnder the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority\u2019s economic and social objectives. ",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "cy",
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-04-20T14:00:00+01:00"
    },
    "title": "Employability Support Programme C008/2025/2026",
    "value": {
      "amount": 680000000,
      "amountGross": 680000004,
      "currency": "GBP"
    }
  }
}