Moving and Handling Training for Students – Paisley
UWS requires Moving and handling training for its first year Nursing students.
United Kingdom-Paisley: Safety training services
2018/S 156-358559
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
High Street
Paisley
PA1 2BE
United Kingdom
Telephone: +44 1418483647
E-mail: procurement@uws.ac.uk
NUTS code: UKM83
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00473
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
UWS-Moving and Handling Training for Students
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
UWS requires Moving and handling training for its first year Nursing students, to the total level and standard expected by the Scottish Manual handling passport scheme.In the first year of the contract, additional training is to be provided for second and third year students, to top up their initial training to the level and standard expected by the Scottish Manual handling passport scheme
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Moving and Handling Training for Students — Paisley Campus
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Paisley
II.2.4)Description of the procurement:
UWS requires Moving and Handling training for its first year Nursing students, to the total level and standard expected by the Scottish Manual Handling Passport Scheme.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two 12 month extensions.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Moving and Handling Training for Students — Ayr Campus
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Ayr
II.2.4)Description of the procurement:
UWS requires Moving and Handling training for its first year Nursing students, to the total level and standard expected by the Scottish Manual Handling Passport Scheme.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month extensions.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Moving and Handling Training for Students — Dumfries Campus
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Dumfries
II.2.4)Description of the procurement:
UWS requires Moving and handling training for its first year Nursing students, to the total level and standard expected by the Scottish Manual handling passport scheme.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month extensions.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Moving and Handling Training for Students — Lanarkshire Campus
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
High Blantyre
II.2.4)Description of the procurement:
UWS requires Moving and handling training for its first year Nursing students, to the total level and standard expected by the Scottish Manual handling passport scheme.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2 x 12 month extensions
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
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
As per the ITT documentation.
III.1.2)Economic and financial standing
This section refers to ESPD (Scotland) Section IV Part B:
Q4B.4 The University will use the following ratios to evaluate a bidders financial status:
— Profitability: this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio,
— Liquidity: this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio,
— Gearing: this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100 % it is considered a pass for this ratio.
Bidders must provide the name and value of each of the 3 ratios within their response to ESPD Q4B.4. UWS requires bidders to pass 2 out of the 3 financial ratios above.
Where 2 or 3 of the 3 ratios cannot be met, UWS may take the undernoted into consideration when assessing financial viability and the risk to UWS, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes “marginal”?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cashflow?
Is the bidder profitable enough to finance the interest on its debt?
Is most of the bidder’s debt owed to group companies?
Is the bidder’s debt due to be repaid over a number of years, and affordable?
Have the bidder’s results been adversely affected by “one off costs” and / or “one off accounting treatments”?
Do the bidder’s auditors (where applicable) consider it to be a “going concern”?
Do Dunn and Bradstreet, Equifax or equivalent consider the bidder to be a “going concern”?
Will the bidder provide a Parent company guarantee?
Is the bidder the single supplier/source of the Goods/works/services in the marketplace?
UWS will request submission of and assess the bidders financial accounts, and may use Dunn and Bradstreet, Equifax or equivalent verification systems to validate the information provided.
Q4B.5.1 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 = 5 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
Q4B.6 Bidders will be required to provide 3 years audited accounts or equivalent when requested, prior to the finalisation of the envisaged shortlist of bidders for ITT stage.
UWS requires bidders to pass 2 out of the 3 financial ratios above.
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
As per ITT documents.
III.2.2)Contract performance conditions:
As per ITT document.
III.2.3)Information about staff responsible for the performance of the contract
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
April 2023
VI.3)Additional information:
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=553577
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.
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 shall be scored as part of the tender evaluation process.CB’s may include Recruitment opportunities, Supported business opportunities and Education/community engagement.
(SC Ref:553577)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=553577
VI.4.1)Review body
High Street
Paisley
PA1 2BE
United Kingdom
Telephone: +44 1418483647Internet address: http://www.uws.ac.uk
VI.5)Date of dispatch of this notice: