To have access to Industry leading level of skills training that have a significant emphasis on the health and safety of colleagues.
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Yorkshire Water Services Limited
PO Box 500
For the attention of: Sally Daly
BD6 2SZ Bradford
United Kingdom
Telephone: +44 7790617990
E-mail: Sally.Daly@yorkshirewater.co.uk
Internet address(es):
General address of the contracting entity: www.yorkshirewater.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for 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.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Skills Training Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Training.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Duration of the framework agreement
Duration in months: 60
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s):
Kelda Group are looking to appoint a single / multiple providers to deliver training in line with a Skills Training Framework. This training will be delivered to sites across the whole of the UK but predominantly the Yorkshire region. Aims of this are; To be Compliant with Water Industry Standards, Legal, Legislation, H&S, Specification etc. To have access to Industry leading level of skills training that have a significant emphasis on the health and safety of colleagues. To provide effective and relevant skills training ensuring the competency of the workforce. To facilitate control of quality of all aspects of training that is being delivered. To ensure only training of the highest quality will be delivered. To appoint providers that will be anticipate and manage change/demand with flexibility.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Kelda Group are looking to appoint a single / multiple providers to deliver training in line with a Skills Training Framework, consisting of around 120 courses. These sit with 20 sub category areas of Skills Training — for example H&S training. This training will be delivered to sites across the whole of the UK but predominantly the Yorkshire region. The framework will be awarded on a 5 year framework agreement, to one single / multiple providers. The annual value for all Skills Training needs is estimated at 1 000 000 GBP.
Estimated value excluding VAT: 5 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals:
Range: between 1 and 2
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)
Information about lots
1)Short description:
Kelda Group are looking to appoint a single / multiple providers to deliver training in line with a Skills Training Framework, consisting of around 120 courses. These sit with 20 sub category areas of Skills Training.
2)Common procurement vocabulary (CPV)
3)Quantity or scope:
Listed here are the 20 category areas where Kelda require 1 or more specialist suppliers of training, these are; Pressure Systems, Grounds Maintenance, First Aid, Driving, Personal Safety, Electrical, Fire, Process Safety, IOSH, NRASWA, Manual Handling, Confined Space and Control of work, Plant and Equipment, Water Safety, Digester Safety, Pressure Systems, Chemical Competence, Compex, DSEAR, Site Management Safety Training.
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
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:
Payment will be made 42 days from receipt supplier invoice.
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:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Subject to the deliverables of the scope being met by the appointed supplier and training is deemed to be of the acceptable standard as outlined by Kelda in any agreed KPIS and SLAS.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Suppliers will be accessed at the Pre Qualification stage (1st stage) this will involve a pass / fail criteria, this will be outlined and included in the relevant documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Suppliers will be accessed at the Pre Qualification stage (1st stage) this will involve a pass / fail criteria, this will be outlined and included in the relevant documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Suppliers will be accessed at the Pre Qualification stage (1st stage) this will involve a pass / fail criteria, this will be outlined and included in the relevant documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents(except for a DPS)
Time limit for receipt of requests for documents or for accessing documents: 19.7.2016 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
19.7.2016 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Every 4 years.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.6.2016