E-Learning Tender Motherwell
The Supplier shall be required to design and build a web-based E-Learning Platform to host and facilitate access to learning by licensees across the Partnership.
Scottish Housing Options eLearning toolkit material design and hosting
United Kingdom-Motherwell: E-learning services
2018/S 040-087723
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
United Kingdom
Contact person: Julie Hunter
Telephone: +44 1698274141
E-mail: Hunterju@northlan.gov.uk
NUTS code: UKM84
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Scottish Housing Options eLearning toolkit material design and hosting
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Homelessness prevention has been a major aspect of the Scottish housing agenda for over a decade.
Scottish Housing Options Regional Hubs, across Scotland are seeking to develop a range of support materials in the form of a “Housing Options Training Toolkit”. It is intended that this toolkit provides a range of transformational bespoke materials to support internal training delivery by HUB partners, e-learning materials or facilitated training courses as part of a tailored approach to staff development.
Housing Options addresses 6 areas, which will each form discrete module deliverables, in this contract.
Cloud delivery by browser would make this accessible resource across Scotland.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
On site activities will be performed across all Local Authority regions in Scotland.
II.2.4)Description of the procurement:
The Supplier shall be required to design and build a web-based E-Learning Platform to host and facilitate access to learning by licensees across the Partnership. An initial supply of 6 000 user/learner licenses shall be provided, with the facility to purchase additional licenses in blocks of no less than 1 000 licenses at an agreed cost. Where licensing is based on concurrent user/learners, the expectation is that the maximum user/learners on at any one time could be 50 user/learners or less.
In order to maximise (i) ease of access from a user perspective and also (ii) ease of update from a development perspective; the toolkit materials require to be made available in a web-based learning solution, which enables training content to be made available on a module by module basis. The web-based solution must be capable of hosting 3 types of content material:
— trainer led materials for classroom style events,
— e-learning materials; and,
— reference/information resources.
Based on the training methodologies recommended, it is anticipated that classroom style events could be delivered locally (at local authority level and potentially in-house) or at a regional (Hub) level by a pool of accredited training providers. To this end, to enable users to access opportunities to host or attend events on a flexible basis; it would be desirable that the web-based solution delivers a calendar facility to enable partners to access the programme of activity taking place across the country. This could include users, or partners such as staff from the NHS or other related organisations.
A substantial body of materials has been assembled by the Authority from the Partnership and will be made available to the Supplier. It is intended that this material will provide the initial content to populate the selected learning solution. It is hoped that these materials will apply an initial level of consistency and quality in building toolkit content.
A robust process was followed to ensure materials submitted could be assigned specifically to identified modules and learning outcomes. The materials submitted will clearly inform the content for each of the identified topics / modules. Whilst this process has been thorough, there still remains a priority “design” element to ensure the toolkit delivers to agreed and consistent standards. This design process will involve taking the existing materials and “rebranding”, giving all materials the same style and feel. This is essential to the success of the training toolkit due to the cultural changes that staff / practitioners will experience as part of the housing options ethos.
To assist with the procurement of the Supplier the agreed modules and learning outcomes have been reviewed and the most effective training methodologies will be outlined within the full specification. There are a number of key assumptions that we have made to take into consideration when reviewing the proposed delivery methods for the toolkit.
As an additional option, it is envisaged that the lead supplier will partner with a resource capable of designing classroom sessions, within the six strands of Housing Options. Delivery is expected to be a mixture of in-house and optional lead supplier provided. A daily rate costing shall be agreed within available budgets and must be clearly stated within the costing sheet, for classroom delivery.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Authority requires the option to extend for a further two (2) twelve (12) month periods to maintain the same partnership and provide continuity for the project.
II.2.9)Information about the limits on the number of candidates to be invited
Selection Stage:
Statements for the specific requirements and the minimum standards can be found within Section III.1.1, III.1.2 and III.3 of this Contract notice.
Bidders must achieve a PASS on all minimum standards:
— Part IV Selection Criteria, Section “B Economic and Financial Standing“. Bidders must respond to ESPD Questions 4B.5.1,4B.5.2, and 4B.6. Responses will be evaluated as follows:
Pass = response is compliant with the minimum standard stated in the Contract Notice section III.1.2) Economic and financial standing;
Fail = response is not compliant with the minimum standard stated in the Contract Notice section III.1.2) Economic and financial standing.
— Part IV Selection Criteria, Section “C Technical and Professional Ability”. Bidders must respond to ESPD Questions 4C.1.2, and 4C.10.
Responses to question 4C.1.2 for Technical and professional ability will be scored by an evaluation panel. Response to 4C.10 will not be evaluated. Bidders must achieve an average weighted score of 60 to pass Question 4C.1.2; if the average score is below 60 this will be deemed a Failure to meet the Authority’s minimum standard for Technical and professional Ability. Evaluation on responses to Question 4C.1.2 will be conducted using the following scoring convention:
Score – Definition.
100 Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion
90 Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of what is required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area
80 Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high level of detail as to their capacity/ability/experience in this area
70 Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and provides evidence of a reliable level of capacity/ability/experience in this area
60 Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory depth but evidence of capacity/ability/experience in this area could have been more detailed
50 Response is at least 50 % relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail of evidence of capacity/ability/experience in this area
40 Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas
30 Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited evidence as to the candidate’s capacity/ability/experience in this area
20 Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate’s capacity/ability/experience in this area
10 Response demonstrates little evidence of the candidate’s understanding or explanation of the candidate’s capacity/ability/experience in this area
0 Nil/irrelevant response
The following Question weightings apply: 4C.1.2 100 %; Example 1 70 %, Example 2 30 %.
Subject to achieving a pass for all minimum standards (aforementioned here in II.2.9), Bidders will be ranked by weighted score achieved against Part IV Selection Criteria, Section “C Technical and Professional Ability” Question 4C.1.2. Invitation to tender will be made to those with the highest scores.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Please be aware of the exclusion grounds:
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Minimum Standard:
4A.1: If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
III.1.2)Economic and financial standing
Bidders must respond to ESPD Questions 4B.5.1, 4B.5.2, and 4B.6.
The Authority reserves the right to request copies of insurance certificates which are not held electronically.
4B.5.1, 4B.5.2 – It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.
Public Liability Insurance = 5 000 000 GBP.
Professional Indemnity Insurance = 2 000 000 GBP.
http://www.hse.gov.uk/pubns/hse40.pdf
4B.6 Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice, the bidder declares that: It has an Equifax Score Check Grade of “C” (Higher than average score) or above.
It is recommended that Bidders review their own Equifax Score Check Grade in advance of returning their Bidders Submission. If, following this review, Bidders consider that the Equifax Score Check Grade does not reflect their current financial status; the Bidder should attach a document to this section giving a detailed explanation, together with any relevant supporting independent evidence. The Authority will review any such information as part of the evaluation of Bidder’s financial status.
Where the Bidder is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade or equivalent rating, they must provide their audited financial accounts for the previous two years as part of their Bidders Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this size. This assessment will consider whether or not the there is any significant financial risk identified.
Where a consortium bid is received, the Equifax Score Check Grade of each consortium member shall be assessed.
Where the Bidder is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or Equifax Score Check Grade or equivalent rating as a company, they must provide as part of their submission, written confirmation from an authorised signatory of the parent company, that a parent company guarantee will be provided within 2 weeks of request. The parent company must meet the minimum financial requirements as assessed by the Authority.
III.1.3)Technical and professional ability
Bidders must respond to ESPD Questions 4C.1.2 and 4C.10.
Response to 4C.10 will not be evaluated.
No questions from Section D of the ESPD (Scotland) (Quality assurance schemes and environmental standards) will be used, so no statements for those questions are listed in this Contract Notice.
4C.1.2 — Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
(For evaluation, EXAMPLE 1 is weighted 70 %, Example 2 is weighted 30 %) “Review weightings”.
4C.10 — Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
If the bidder relies on the capacities of any other entity and/or If the bidder has decided to subcontract a part of the contract and relies on the subcontractor’s capacities to perform that part of the Contract, then a separate ESPD for this entity / subcontractor must be completed for sections:
Part II Information concerning the bidder.
A: Information about the bidder.
B: Information about representatives of the bidder.
Part III Exclusions Grounds.
A: Grounds Relating to Criminal Convictions.
B: Grounds Relating to the payment of taxes or social security contributions.
C: Blacklisting.
D: Grounds Relating to insolvency, conflicts of interests or professional misconduct.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 10345. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343.
(SC Ref:501430).
VI.4.1)Review body
See VI.4.3) Review procedure
United Kingdom
VI.4.3)Review procedure
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.
VI.5)Date of dispatch of this notice:
Read More
Learning and Development Open Framework – Scotland
Quotation for Adults Health and Social Care Training Programme
LeadershipPlus Design Contract
Supply Project Management Training Package
Delivery of Practice Based Learning Placement Communication Portal