Business Wales Accelerated Growth Programme Services

Award

Value

£14,632,000

Suppliers

Classifications

  • Business services: law, marketing, consulting, recruitment, printing and security

Tags

  • award
  • contract

Published

1 year ago

Description

Through Business Wales, the Welsh Government offers business support services to inspire entrepreneurs and SMEs to help start, sustain, and grow businesses in Wales. Business Wales is delivered through a blend of external suppliers, grant awards (third party providers) and ‘in-house’ teams within Welsh Government. The Business Wales service encompasses a range of products and services offering information, advice, and support, online, via phone, virtually or in person in both English and Welsh.
Certain elements of the Business Wales service are currently delivered by external suppliers, which is expected to run until 2029.
The overarching aims of Business Wales are:
1. To build confidence and inspire individuals, entrepreneurs and micro / small medium enterprises (SME) businesses to reach their full potential. To work with key stakeholders to develop a cohesive ecosystem that is visible, simple and connected to ensure Wales is a great place to start and grow a business in the foundation or growth economies.
2. To address a key gap by creating the conditions for businesses to start, sustain and grow through the missing middle in inclusive and sustainable ways.
3. To support the productivity, resilience, growth, decarbonising, and sustainability of micro and SMEs. To secure their long-term future ownership within Wales, cementing their continued contribution to the Welsh economy.
This Notice relates to the delivery of the Business Wales Accelerated Growth Programme Services element of the Business Wales services from January 2024 to end of March 2029 (the "Service").
The anticipated aggregate value of the Service for the contract period is GBP 14.632,000 net (2024-2029). Aligned to the wider Welsh Government budget position, the budget for this activity is secured for financial years 2023/24 and 2024/25 only.  Therefore, the proposed duration of the Service contract is expected to be structured for a period of up to 5 years and 2 months; an initial period of 14 months, with an option to extend, on an annual basis, for a further 4 years at the sole discretion of the Welsh Government, and subject always to budget approval.

Similar Contracts

Open

Evaluation of the Skills Bootcamps Programme

Enterprise Cheshire and Warrington (ECW), a council-owned organisation, works alongside elected leaders to make the region the healthiest, most sustainable, inclusive, and growing place in the country. We collaborate with the three local councils, industry leaders, and community partners to shape economic and transport strategies, deliver skills and employment training and business support, and ensure that the voice of business is heard in local decision-making. Through its Marketing Cheshire division, ECW also champions the region as an outstanding place to live, work, invest, study, and visit. ECW seeks to appoint an experienced and independent evaluation provider to deliver a focused and practical assessment of the Skills Bootcamps Programme. The purpose of this evaluation is to provide a clear understanding of the quality, effectiveness, and overall impact of the programme across the region, capturing the perspectives of learners, employers, training providers, and other key stakeholders. The findings will support ECW in strengthening future delivery models and ensuring that the Skills Bootcamps continue to meet the needs of both learners and employers. The evaluation will assess the effectiveness of programme delivery and the extent to which it has achieved its intended outcomes. It will examine the experiences of training providers, learners and employers as well as local partners. The evaluation will review initial engagement and onboarding through to the completion of delivery, assessing how effectively ECW's support mechanisms have functioned. The evaluator will consider the level of alignment between the design of bootcamps and employer needs, the quality and consistency of delivery, and the barriers that providers may have faced in achieving successful outcomes. The review should also capture evidence of good practice and lessons learned that can inform future programme design.

Open

Home Office English Language Testing (HOELT) Services

The Home Office English Language Test (HOELT) Programme vision is to deliver a best-in-class language testing service, underpinned by automation and efficiency to enable critical UK Visa and Immigration decision making. To do this, we need to deliver a secure, accessible and fair English Language Testing service for our customers.   This procurement seeks a fully remote language testing service, balancing continuity with improvements and transformation. HOELT will move to a digital-by-default approach, while upholding the rigorous standards necessary to support our immigration decisions. The successful provider will deliver a service that combines technological innovation with security assurance, enabling customers to demonstrate their English language skills with confidence and convenience throughout their UK immigration journey.  Overview of the Service: The Supplier shall provide a fully managed Remote Testing service.  HOELTs shall be delivered securely in any location where the Customer chooses to take the test, provided secure test conditions are met.  The HOELTs shall be available in two formats:   2-Facet: Speaking and Listening (A1 to C2)   4-Facet: Speaking, Listening, Reading, and Writing (A1 to C2)  The HOELT Fees shall be regulated, as determined by the Authority. All HOELT scores shall map clearly to CEFR levels A1 to C2, as published by the Council of Europe.  Authority recognises that there is significant uncertainty regarding future demand for English Language Testing (ELT) services in each country and location, the advertised contract value must be concidered in this context. This uncertainty arises from a combination of factors, including:  Ongoing changes to UK immigration policy following the Immigration White Paper;  The transition to a new contracting model for the delivery of ELT services;  Broader external influences such as global events, geopolitical developments, environmental disruptions, and demographic shifts.  Given this context, the Authority is unable to provide indicative forecasts or guarantees regarding future test volumes. The Service must therefore be demonstrably scalable and responsive to fluctuations in demand, both increases and decreases. The Supplier shall proactively manage changes in demand and demonstrate flexibility in adapting to evolving Service requirements throughout the Term. Please note, five Requests for Information (RFIs) have been run as part of market engagement to inform this procurement. Links to the notices published in relation to the market engagement are below for further information: RFI 1: https://www.find-tender.service.gov.uk/Notice/027422-2024 RF 2: https://www.find-tender.service.gov.uk/Notice/035979-2024 RFI 3: https://www.find-tender.service.gov.uk/Notice/014337-2025 RFI 4: https://www.find-tender.service.gov.uk/Notice/036839-2025 RFI 5: https://www.find-tender.service.gov.uk/Notice/054810-2025

Katy Reed

Published 2 days ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Organisation

Matthew Collins

[email protected]

+44 3000615991

+44 2079477501

Timeline complete

Publish
Bid
Evaluate
Award
Complete