Norfolk County Council Early Years Training Framework 2017
Norfolk County Council wishes enter into a contract for the provision of a multi provider Light Touch Regime Framework for the provision of training for the early years and childcare workforce in Norfolk as detailed in this Invitation to Tender and in this Contract Notice.
United Kingdom-Norwich: Education and training services
2017/S 040-073957
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Norfolk County Council
County Hall, Martineau Lane
For the attention of: Sarah Hardy
NR1 2DH Norwich
United Kingdom
E-mail: sourcingteam@norfolk.gov.uk
Internet address(es):
General address of the contracting authority: https://www.norfolk.gov.uk/
Address of the buyer profile: http://in-tendhost.co.uk/norfolkcc/aspx/Home
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: Norfolk.
NUTS code UKH13
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with several operators
Duration of the framework agreement
Duration in years: 5
Justification for a framework agreement, the duration of which exceeds four years: Framework is for 2 years plus a possible 3 year extension. This is a framework agreement under the Light Touch Regime of the Public Contract Regulations 2015 and as such the Council has flexibility as to framework length. Bidders should note that the original opening of the framework was 11.10.2016 and therefore framework agreements let under this re-opening can only run from the date of award to 10.10.2018 with a possible 36 month extension.
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 1 000 000 and 4 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Light Touch Regime Framework is being let under Regulations 74 to 77 of the Public Contract Regulations 2015 (Light Touch Regime), under which the Council has flexibility as to the process or procedure to be used when purchasing certain services, of which training is one. In this instance, the Council is establishing a framework agreement with multiple suppliers that will set out the terms and conditions for making specific purchases (call–offs). The Light Touch Regime Framework Agreement differs from those let under the non-Light Touch Regime in that the Council, exercising its flexibility, may periodically open the framework for new applicants.
It is the Council’s intention that new providers will be able to join at certain intervals. It is the Council’s intention that the Light Touch Regime Framework will be open for further applications at least 1 per year for the life of the framework. The Council reserves the right, however, not to open the framework for new applications if it deems this appropriate. If the Council decides to open the Light Touch Regime Framework to new applicants, it will do so on the same terms and conditions and on the same criteria as stated in this Invitation to Tender, unless the Council deems that amendments are required as a result of changes in the market or changes within the Council.
There is no limit to the number of providers that can be awarded a framework agreement.
II.1.6)Common procurement vocabulary (CPV)
80000000, 80530000, 80500000
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
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Early Years Training 0-5
1)Short description
2)Common procurement vocabulary (CPV)
80000000, 80530000, 80500000
Lot No: 2 Lot title: Playwork Training
1)Short description
2)Common procurement vocabulary (CPV)
80000000, 80530000, 80500000
Lot No: 3 Lot title: Early Years Foundation Stage Statutory Requirements/Leadership and Management
1)Short description
2)Common procurement vocabulary (CPV)
80000000, 80530000, 80500000
Lot No: 4 Lot title: Inclusion
1)Short description
2)Common procurement vocabulary (CPV)
80000000, 80530000, 80500000
Lot No: 5 Lot title: Special Educational Needs
1)Short description
2)Common procurement vocabulary (CPV)
80000000, 80530000, 80500000
Lot No: 6 Lot title: Qualifications
1)Short description
2)Common procurement vocabulary (CPV)
80000000, 80530000, 80500000
Lot No: 7 Lot title: Child-Minder Training
1)Short description
2)Common procurement vocabulary (CPV)
80000000, 80530000, 80500000
Lot No: 8 Lot title: Committee Training
1)Short description
2)Common procurement vocabulary (CPV)
80000000, 80530000, 80500000
Lot No: 9 Lot title: Children Centres
1)Short description
2)Common procurement vocabulary (CPV)
80000000, 80530000, 80500000
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
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As per tender documentation.
III.2.3)Technical capacity
As per tender documentation.
Minimum level(s) of standards possibly required:
As per tender documentation.
III.3.1)Information about a particular profession
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.3.2)Previous publication(s) concerning the same contract
Other previous publications
Notice number in the OJEU: 2016/S 136-246235 of 13.7.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: Norfolk County Council reserves the right to re-open this framework.
It is the Council’s intention that the framework will be open for further applications at least one per year for the life of the framework. The Council reserves the right, however, not to open the framework for new applications if it deems this appropriate.
VI.2)Information about European Union funds
VI.3)Additional information
This procurement will be managed electronically via the Council’s e-procurement system. To participate in this procurement, applicants must first be registered on the system at https://in-tendhost.co.uk/norfolkcc. Full instructions for registration and use of the system can be found athttps://in-tendhost.co.uk/norfolkcc/aspx/BuyerProfiles. Once registered you will be able to see the procurement project under the ‘tenders’ section and ‘express an interest’ to view the documentation. If you encounter any difficulties whilst using the system you can contact the In-tend support team by phoning +44 8442728810 or e-mailing support@in-tend.co.uk.
VI.3) Additional information:
Tenderers’ attention is drawn in particular to Section 11 of the Invitation to Tender and the information therein must be followed precisely.
The Authority has considered (pursuant to the Public Services (Social Value) Act 2012) whether to explicitly seek social value through this procurement, but has decided, in light of the value and the subject matter, that it is not appropriate on this occasion. The Authority has also concluded that it is not necessary to consult about social value in this instance.
VI.4.2)Lodging of appeals
The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern EN Standard form 02 — Contract notice 12 / 19 Ireland). Proceedings must be brought within 30 days from the date of knowledge (the date on which the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) unless the Court considers that there is good reason for extending the period within which proceedings may be brought, in which case the Court may extend that period up to a maximum of 3 months from the date of knowledge.
VI.5)Date of dispatch of this notice:
Related Posts
Recruitment and Assessment of Foster Carers – London
Norfolk County Council Fostering Framework
Framework for Evidence Based Parenting Programmes
Cambridgeshire County Council Early Years Associate Advisers