Early Years Partnership Training Tender
To created a Framework Agreement that will provide a comprehensive programme of training, assessment, moderation, certification and accreditation to enable Early Years and Childcare workers.
United Kingdom-Newtown St Boswells: Education and training services
2015/S 047-081514
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Scottish Borders Council
Council Headquarters
For the attention of: Anna Penman
TD6 0SA Newtown St Boswells
UNITED KINGDOM
Telephone: +44 1835824000
E-mail: procurement@scotborders.gov.uk
Fax: +44 1835825150
Internet address(es):
General address of the contracting authority: http://www.scotborders.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
Electronic access to information: http://www.publictendersscotland.publiccontractsscotland.gov.uk/
Electronic submission of tenders and requests to participate: http://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: Scottish Borders.
NUTS code UKM24
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 3
Duration of the framework agreement
Duration in years: 2
Justification for a framework agreement, the duration of which exceeds four years: With the option to extend for a further 24 months.
II.1.5)Short description of the contract or purchase(s)
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 3681 under ITTs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. 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, 80110000, 80200000, 80300000, 80212000, 80320000, 80310000, 80330000, 80430000, 80400000, 80562000, 80560000
II.1.7)Information about Government Procurement Agreement (GPA)
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: The Framework may be extended at the discretion of the Council for a further 24 months.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: SVQ Social Services (Children and Young People)
1)Short description
2)Common procurement vocabulary (CPV)
80500000, 80530000
3)Quantity or scope
Lot No: 2Lot title: SVQ Playwork
1)Short description
2)Common procurement vocabulary (CPV)
80500000, 80530000
3)Quantity or scope
Lot No: 3Lot title: HNC Early Education and Childcare
1)Short description
2)Common procurement vocabulary (CPV)
80300000, 80212000, 80200000, 80000000
3)Quantity or scope
Lot No: 4Lot title: HND Childhood Practice
1)Short description
2)Common procurement vocabulary (CPV)
80212000, 80300000, 80000000, 80200000
3)Quantity or scope
Lot No: 5Lot title: PDA Childhood Practice
1)Short description
2)Common procurement vocabulary (CPV)
80212000, 80000000, 80200000, 80300000
3)Quantity or scope
Lot No: 6Lot title: BA Childhood Practice
1)Short description
2)Common procurement vocabulary (CPV)
80430000, 80300000, 80000000
3)Quantity or scope
Lot No: 7Lot title: Birth to Three years, promoting infant physical and mental health
1)Short description
2)Common procurement vocabulary (CPV)
80530000, 80212000, 80300000, 80200000, 80000000
3)Quantity or scope
Lot No: 8Lot title: Elementary Food Hygiene
1)Short description
2)Common procurement vocabulary (CPV)
80540000, 80550000, 80560000, 80561000
3)Quantity or scope
Lot No: 9Lot title: First Aid (Paediatric for Early Years Practitioners)
1)Short description
2)Common procurement vocabulary (CPV)
80560000, 80561000, 80550000, 80540000
3)Quantity or scope
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
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
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
(2) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(3) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
III.3.2)Staff responsible for the execution of the service
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.3.4)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: 24.4.2015 – 12:00
Place:
Council Headquarters, Newtown St Boswells, TD6 0SA.
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: 24 months with the option to extend for a further 24 months.
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: