Highland Council Employability Support Services Framework
The Purchasing Authority proposes to create a Framework of Employability Support Service Providers to assist individuals or groups, experiencing barriers, to progress towards sustainable employment.
United Kingdom-Inverness: Education and training services
2016/S 076-134327
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Highland Council
Town House, High Street
Contact point(s): Procurement Section, Finance, FM Contracts Team
IV1 1JJ Inverness
UNITED KINGDOM
Telephone: +44 1463758157
E-mail: procurement.unit3@highland.gov.uk
Internet address(es):
General address of the contracting authority: http://www.highland.gov.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
Electronic access to information: www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publictendersscotland.publiccontractsscotland.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: Highland.
NUTS code UKM6
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 99
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
Activity will be distinguished between short-term and long-term provision, dependent on the assessed needs of the client. Providers can bid for either or both Lots and the Call-Off Contracts from the Framework will be as demand requires with no guarantee of particular volumes of clients.
Please note the Purchasing Authority views this requirement as a Part B Service as defined by Public Contracts (Scotland) Regulations 2012, Regulation 5, hence the timetable not complying fully with the minimum requirements and further that the Purchasing Authority will however be voluntarily follwoing the mandatory standstill period prior to award.
Note: the buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code 5902 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the drop-down. Please note that once you have expressed interest in the ITT it will move to your My ITTs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
80000000, 80510000, 80530000
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.2)Information about options
Description of these options: Provision to extend the Framework Agreement by up to 12 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Lot 1 — Short-Term Employability Support Activities
1)Short description
2)Common procurement vocabulary (CPV)
80000000, 80510000, 80530000
3)Quantity or scope
Caithness — Sutherland — East Ross — Inverness, Nairn, Badenoch and Strathspey — Lochaber — Skye and Lochalsh and Wester Ross.
Estimated value excluding VAT:
Range: between 1 000 000 and 1 500 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2 Lot title: Lot 2 — Co-Investment Programme
1)Short description
2)Common procurement vocabulary (CPV)
80000000, 80510000, 80530000
3)Quantity or scope
Caithness — Sutherland — East Ross — Inverness, Nairn, Badenoch and Strathspey — Lochaber — Skye and Lochalsh and Wester Ross.
Estimated value excluding VAT:
Range: between 7 000 000 and 8 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
(1) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
The Service Provider will ensure that all personnel involved in the provision of the Services shall have Protecting Vulnerable Group (PVG) Scheme registration prior to their delivery of any Services under a call-off contract.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 049-081469 of 10.3.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 12.5.2016 – 14:00
Place:
IV1 1JJ.
Section VI: Complementary information
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): The Scottish Government, as Managing Authority for the 2014 — 2020 EU Programme, has given an indicative allocation of European Social Fund (ESF) Grant available for the Highlands in the period to 2020.
VI.3)Additional information
The five stage pipeline aims to facilitate client progression towards and into sustainable employment and will be delivered by a mix of service providers. The provision to be commissioned is intended to complement other publicly funded services which are currently positioned at various stages along the pipeline.
(SC Ref:433423).
VI.5)Date of dispatch of this notice:
Related Posts
Delivery of the Workable NI Programme 2016 – 2021
Traineeship Programme Nottingham