Learning and Development Open Framework Scotland
17 Lots. The partner authorities are establishing an open Framework Agreement that will enable them to run mini-competitions and award contracts for externally-provided training services for learning and development.
United Kingdom-Edinburgh: Education and training services
2017/S 244-510451
Social and other specific services – public contracts
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
United Kingdom
Contact person: Robert Hogg
Telephone: +44 1314693875
E-mail: robert.hogg@edinburgh.gov.uk
NUTS code: UKM75
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.1)Name and addresses
The Scottish Parliament, Procurement Services
Edinburgh
EH99 1SP
United Kingdom
Telephone: +44 1313486620
E-mail: procurement@parliament.scot
NUTS code: UKM75Internet address(es):Main address: http://www.parliament.scot
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284
I.1)Name and addresses
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
United Kingdom
Telephone: +44 1314693875
E-mail: procurement@edinburgh.gov.uk
NUTS code: UKM75Internet address(es):Main address: http://www.edinburgh.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
I.1)Name and addresses
West Lothian Civic Centre, Howden South Road
Livingston
EH54 6FF
United Kingdom
Telephone: +44 1506281814
E-mail: cpu@westlothian.gov.uk
Fax: +44 1506281325
NUTS code: UKM78Internet address(es):Main address: http://www.westlothian.gov.uk/article/2468/Contract-Opportunities
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140
I.1)Name and addresses
John Muir House
Haddington, East Lothian
EH41 3HA
United Kingdom
Telephone: +44 1620827827
E-mail: procurement@eastlothian.gov.uk
NUTS code: UKM73Internet address(es):Main address: http://www.eastlothian.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181
I.1)Name and addresses
Midlothian House, Buccleuch Street
Dalkeith
EH22 1DN
United Kingdom
Telephone: +44 1312707500
E-mail: procurement@midlothian.gov.uk
Fax: +44 1316542797
NUTS code: UKM73Internet address(es):Main address: http://www.midlothian.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00336
I.1)Name and addresses
Fife House, North Street
Glenrothes
KY7 5LT
United Kingdom
Telephone: +44 3451550000
E-mail: enquiry.procurement@fife.gov.uk
NUTS code: UKM72Internet address(es):Main address: http://www.fifedirect.org.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
I.1)Name and addresses
Council Headquarters
Newtown St Boswells
TD6 0SA
United Kingdom
Telephone: +44 1835824000
E-mail: procurement@scotborders.gov.uk
Fax: +44 1835825150
NUTS code: UKM91Internet address(es):Main address: http://www.scotborders.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00394
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Open framework agreement for learning and development
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The partner authorities are establishing an open framework agreement that will enable them to run mini-competitions and award contracts for externally-provided training services for learning and development.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Driving
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to Driving, including but not limited to; Young drivers; Advanced driving; Large goods vehicles; Minibuses; Certificate of Professional Competence (CPC).
II.2.13)Information about European Union funds
II.2.1)Title:
Community learning and development (CLD)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to community learning and development (CLD).
II.2.13)Information about European Union funds
II.2.1)Title:
Community safety and public protection
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to community safety and public protection.
II.2.13)Information about European Union funds
II.2.1)Title:
Disabilities
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to disabilities, including but not limited to: Quality impact assessment; See hear training.
II.2.13)Information about European Union funds
II.2.1)Title:
Finance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to finance.
II.2.13)Information about European Union funds
II.2.1)Title:
Health and safety
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to health and safety.
II.2.13)Information about European Union funds
II.2.1)Title:
Housing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to housing.
II.2.13)Information about European Union funds
II.2.1)Title:
Information and Communication Technology (ICT)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to Information and Communication Technology (ICT), including but not limited to: IT literacy; basic IT skills; applications training.
II.2.13)Information about European Union funds
II.2.1)Title:
Libraries
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to libraries.
II.2.13)Information about European Union funds
II.2.1)Title:
Programme and change management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to programme and change management, including but not limited to: Project management; PRINCE2.
II.2.13)Information about European Union funds
II.2.1)Title:
Health and social care
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to health and social care, including but not limited to: Early years and childcare; Essential learning for care (skills, knowledge, codes of practice); Health and wellbeing (mindfulness, personal resilience, mental health awareness); Looked After Children (LAC); Social Care (moving & handling, personal safety, first aid, dementia, food hygiene, infection control, prevention & management of aggression & violence, medication, stroke awareness, falls prevention, end of life care); Social Work.
II.2.13)Information about European Union funds
II.2.1)Title:
Leadership and management
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to leadership and management, including but not limited to: Coaching and mentoring; facilitation; simulation (role plays, practice sessions); mediation skills; business continuity (including planning and exercises).
II.2.13)Information about European Union funds
II.2.1)Title:
Learning and teaching
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to learning and teaching, including but not limited to: Additional support for learning (ASL); Learning and teaching in schools; teacher CPD.
II.2.13)Information about European Union funds
II.2.1)Title:
Parks & greenspace, roads and transport
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to parks and greenspace and roads and transport, including but not limited to: Plant and machinery (abrasive wheels, excavators, grass cutting tools) and gardening.
II.2.13)Information about European Union funds
II.2.1)Title:
Administration and business support
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to administration and business support, including but not limited to: Customer service; Induction; Personal effectiveness; Policies and procedures.
II.2.13)Information about European Union funds
II.2.1)Title:
eLearning
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to eLearning, including but not limited to: Content management provision; Design of bespoke eLearning modules.
II.2.13)Information about European Union funds
II.2.1)Title:
Further and higher education qualifications
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Requirements related to further and higher education qualifications, including but not limited to: Scottish Vocational Qualifications (SVQs); Higher National Certificates (HNCs); Degrees; Post Graduate Awards.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.4)Objective rules and criteria for participation
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.
It is a requirement of this contract that bidders hold, or can commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP.
Public Liability Insurance = 10 000 000 GBP.
Professional Indemnity Insurance = 5 000 000 GBP.
Bidders are required to provide two examples in respect of each Lot for which they wish to be accepted to deliver services as described in this Contract Notice, that demonstrate they have the relevant experience to deliver the services.
Further information regarding objective rules and criteria for participation is provided in the tender documents.
Section IV: Procedure
IV.1.1)Form of procedure
IV.1.3)Information about framework agreement
IV.1.10)Identification of the national rules applicable to the procedure:
IV.1.11)Main features of the award procedure:
Tender submissions for the award of Providers to the Framework Agreement will be evaluated on the basis of selection criteria, minimum standards and any other requirements set out in the Tender documents and Contract Notice. The aim of the evaluation is to allow the Authorities to identify suitable Tenderers in terms of compliance with the Public Contracts (Scotland) Regulations 2015 and/or the Procurement (Scotland) Regulations 2016/PR(S)A14.
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate / Time limit for receipt of expressions of interest
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.2)Information about electronic workflows
VI.3)Additional information:
The framework agreement is an open framework agreement. Additional providers can apply to be accepted onto the framework agreement after it has been established. For that purpose, the authorities will publish repeat Contract Notices during the lifetime of the framework agreement. Any resulting applications or bids will be required to meet the same qualification criteria as for the initial Invitation to Tender (ITT) and will normally be evaluated by the authorities within three months of receipt.
Additional Qualification Criteria for Mini-Competitions.
Authorities may require providers to supply information for the purposes of financial probity assessment as part of mini-competitions for individual contracts.
Authorities may require providers to supply information about their health and safety policy and related procedures for assessment as part of mini-competitions for individual contracts.
Authorities may require providers to supply evidence of levels of insurance cover stipulated in the original tender documents for the framework agreement.
A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the OJEU or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract, or in any other case within 6 months from the date on which the contract was entered into.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9712. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343.
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
This is a multiple supplier framework agreement and individual contract values will not exceed GBP 4 million.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361.
A summary of the expected community benefits has been provided as follows:
Community benefits may be required for mini-competitions undertaken by the Authorities. The Authorities will specify requirements in respect of any community benefits in Invitations to Tender for mini-competitions.
(SC Ref:518899).
VI.4.1)Review body
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
United Kingdom
Telephone: +44 1314693543Internet address:http://www.edinburgh.gov.uk
VI.5)Date of dispatch of this notice:
Read More
Financial Modelling Training Contract – University of Warwick
Coaching and Coach Training – Invitation to Tender
Executive Leadership Assessment Centre
Delivery of E-Learning Modules