Coding Academy Tender
To provide a Coding Academy in the Highland Council area.
United Kingdom-Inverness: Business and management consultancy and related services
2018/S 148-338857
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
United Kingdom
Contact person: Lynda Collin
Telephone: +44 1312440434
E-mail: procurement@hient.co.uk
NUTS code: UKM6Internet address(es):Main address: http://www.hie.co.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Coding Academy
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Highlands and Islands Enterprise requires a suitably qualified and experienced supplier to provide a Coding Academy in the Highland Council area that will address a gap in the market which is not currently serviced by traditional academic routes or private sector training provision. It will ensure that businesses in the Highland Council area have the access they require to the industry ready, junior software development skills.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Highlands and Islands Enterprise requires a suitably qualified and experienced supplier to help them establish a Coding Academy in the Highland Council area that will address a gap in the market not currently serviced by traditional academic or private sector training routes. The establishment of a Coding Academy will ensure businesses in the Highland Council area have the access they require to industry ready, junior software development skills.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
1 year extension option
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
The option of 1 year extension is available should the need for further cohorts arise. There is a budget available for this additional work.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Insurance, Financial.
Minimum level(s) of standards required:
Insurance ESPD 4B.5.1
Bidders will be required to have the undernoted policies in place prior to commencement of the contract and to maintain them throughout the terms of the contract. Bidders will also be expected to supply HIE, upon request, copies of the policies and evidence of premiums paid:
Employers Liability Insurance — minimum 5 000 000 GBP for each and every claim,
Public Liability Insurance — minimum 1 000 000 GBP for each and every claim.
Professional Indemnity Liability Insurance — minimum 1 000 000 GBP for each and every claim and in the annual aggregate
Financial ESPD 4B.1.1
Bidders are required to have an annual turnover for each of the last 2 years of a minimum of 125 000 GBP.
Bidders unable to meet these criteria will not be evaluated further.
Evidence will be sought prior to Contact Award.
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
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.
Award criteria questions can be found in the ITT together with the weightings.
Award scoring methodology will be the following:
0: Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
1: Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains iInsufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.
2: Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.
3: Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.
4: Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
2 pass/fail questions contained within the Award criteria — bidders who fail these questions will not be considered further.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=545686.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at ttps://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:545686)
VI.4.1)Review body
An Lòchran, 10 Inverness Campus
Inverness
IV2 5NA
United Kingdom
Telephone: +44 1463245245Internet address: http://www.hie.co.uk
VI.5)Date of dispatch of this notice: