Section one: Contracting authority
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
may.harvey-welsh@eastrenfrewshire.gov.uk
Telephone
+44 1415773669
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.eastrenfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Ranked Framework East Renfrewshire Council Employability Support Services Five Stage Pipeline Approach
Reference number
ERC000016
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
Work EastRen, as part of the Council’s Economic Development and Inclusive Growth team, are Council’s employability service, wishes to engage and establish a framework with external service providers who will provide a wide range of pre/vocational training interventions that will assist residents of East Renfrewshire (aged 16+) to overcome barriers to employment, training and learning opportunities and assist them to achieve their training, employment and career and job aspirations.
two.1.5) Estimated total value
Value excluding VAT: £3,200,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Engagement and Barrier Removal Services
Lot No
1
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
East Renfrewshire
two.2.4) Description of the procurement
Working in partnership, we are seeking a range of diverse interventions to effectively engage with those furthest from the labour market, supporting individuals with multiple and often complex support needs.
Services being procured will include support to address personal attributes that prevent people from considering work as an option. This includes motivation, confidence, personal development, one to one support, mentoring, group work, core skills, health, wellbeing and financial support interventions. It is envisaged that some structured, accredited and project based activities will also be required.
This Lot covers the spectrum of activities at Stages 1 and 2 of the Employability Pipeline the table below provides a more detailed overview of Lot 1 explaining the types of services required.
two.2.5) Award criteria
Quality criterion - Name: Community Benefits / Weighting: 10
Quality criterion - Name: Fair Working Practices / Weighting: 5
Quality criterion - Name: Roles and Responsibilities / Weighting: 25
Quality criterion - Name: Management Approach / Weighting: 12
Quality criterion - Name: Value For Money Added Value / Weighting: 12
Quality criterion - Name: Continuous Improvement / Weighting: 6
Quality criterion - Name: Procedure / Weighting: 6
Quality criterion - Name: Regional Approaches / Weighting: 10
Quality criterion - Name: Employability Case Study / Weighting: 8
Quality criterion - Name: Equality Diversity and Inclusion / Weighting: 4
Quality criterion - Name: Environment Sustainability / Weighting: 2
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £640,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Quality weighting above are sub weighting and the overall weighting for quality is 60.
As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT
two.2) Description
two.2.1) Title
Vocational Training and Work Related Skills
Lot No
2
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
East Renfrewshire
two.2.4) Description of the procurement
The focus of this Lot will be to improve the core, functional and vocational skills of individuals and presentation of skills for those seeking to enter employment. The activities within this lot will be based on client demand to provide a structured approach to training and work experience enabling individuals to gain employability competencies and where relevant occupationally focused certification. This Lot covers the spectrum of activities at Stages 3 and 4 of the Employability Pipeline and will enable a tailored pathway to local labour market opportunities.
two.2.5) Award criteria
Quality criterion - Name: Community Benefits / Weighting: 10
Quality criterion - Name: Fair Working Practices / Weighting: 5
Quality criterion - Name: Roles and Responsibilities / Weighting: 25
Quality criterion - Name: Management Approach / Weighting: 12
Quality criterion - Name: Value For Money Added Value / Weighting: 12
Quality criterion - Name: Continuous Improvement / Weighting: 6
Quality criterion - Name: Procedures / Weighting: 6
Quality criterion - Name: Regional Approaches / Weighting: 10
Quality criterion - Name: Employability Case Study / Weighting: 8
Quality criterion - Name: Equality Diversity and Inclusion / Weighting: 4
Quality criterion - Name: Environment Sustainability / Weighting: 2
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,920,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Quality weighting above are sub weighting and the overall weighting for quality is 60.
As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT
two.2) Description
two.2.1) Title
Job Brokerage Workbased Qualifications and Progression
Lot No
3
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
East Renfrewshire
two.2.4) Description of the procurement
This Lot reflects the increased need for in-work support to help enable previously unemployed people to sustain and progress in employment once the initial transition has been made. It is also important to recognise that many individuals will enter this activity at Stage 5 of the Employability Pipeline having progressed from previous activities delivered at Lots 1 and 2 of the framework.
This lot includes the delivery of Vocational Qualifications, Modern Apprenticeships and other industry recognised training. The provision of employer support job carving, job coaching, health and safety risk assessments after care and other related assistance may also form part of the in work support package to ensure the sustainability of progressions into employment.
two.2.5) Award criteria
Quality criterion - Name: Community Benefits / Weighting: 10
Quality criterion - Name: Fair Working Practices / Weighting: 5
Quality criterion - Name: Roles and Responsibilities / Weighting: 25
Quality criterion - Name: Management Approach / Weighting: 12
Quality criterion - Name: Value For Money Added Value / Weighting: 12
Quality criterion - Name: Continuous Improvement / Weighting: 6
Quality criterion - Name: Procedures / Weighting: 6
Quality criterion - Name: Regional Approaches / Weighting: 10
Quality criterion - Name: Employability Case Study / Weighting: 8
Quality criterion - Name: Equality Diversity and Inclusion / Weighting: 4
Quality criterion - Name: Environment Sustainability / Weighting: 2
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £640,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Quality weighting above are sub weighting and the overall weighting for quality is 60
As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
To establish the financial standing of a bidder, the Council will:
Take into account a risk report provided independently by Creditsafe. Within such reports, the risk of business failure is expressed as a
score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is
considered to have a high risk of business failure, the submission will not be considered further. Where the score is 30+ the Council will
consider all information available from the report.
Where you are not registered on credit safe e.g. charitable organisations, new start companies and Sole Traders you are to submit 2 years
financial accounts, including Profit & Loss Statement and Balance Sheet for consideration.
It should be noted that in addition to the above checks the Council reserves the right at its own discretion to seek such other information
from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to
determine the Applicant’s economic and financial standing. The final decision on bidder inclusion rests with the Council.
The successful tender will be expected to maintain a Creditsafe level of 30+ throughout the contract period. The offer of any extension to
the contract will be dependent on an acceptable crediting rating of 30+. The council reserve the right to terminate the contract should the
financial standing decline to an unacceptable level.
Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe
and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in
rejection of your submission.
The Council also may use the SPD (Scotland) questions under Part IV. Section B to assess bidders’ financial standing. If used, further
information can be found in the Contract Notice.
Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe
and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in
rejection of your submission.
The Council also may use the SPD (Scotland) questions under Part IV. Section B to assess bidders’ financial standing. If used, further
information can be found in the Contract Notice.
It should be noted that the maximum business that can be passed to a sub-contractor or members of a consortia under this contract cannot
be more than 50% of their annual turnover. The council reserves the right to request evidence of the other SPD areas in relation to the
selection criteria of suitability, economic and financial standing and quality assurance schemes and environmental management standards.
For the avoidance of doubt where a subcontractor or participants of a group who meet the compulsory exclusions grounds shall be replaced
at the request of the Council and the Council may request the replacement where the discretionary exclusion grounds are met.
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Delivery of industry recognised certificated training in a variety of approaches and settings. This may range from short bite size interventions, one day courses or longer interventions linked to an in work training plan.
Lot 2 - Delivery of accredited core skills to a minimum of SCQF level 4. for example Units (for example)
Building Own Employability Skills
Communication
Numeracy
Information and Communication Technology
Personal Development: Practical Abilities
Problem Solving
Working with Others
Responsibilities of Employment
Working Safely
Work Placement
Lot 3 - Delivery of S/NVQ qualifications. First Aid
Food Hygiene (REHIS)
Health and Safety
Manual Handling
Fork Lift Truck
CSCS
Use of Plant and Power Tools Etc…
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 February 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Bidders should note that all questions relevant to this exercise should be posted using the Message Board facility for this project.
Please ensure that all documentation is read thoroughly.
Please note that the dates on this notice are indicative and subject to change.
All values indicated are indicative figure only and no guarantee is given with regard to the Council’s overall uptake of any resulting
contract.
Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing
time and date to avoid any last minute problems.
East Renfrewshire Council reserves the right inline with Regulation 72 of the Public Contracts (Scotland) Regulations 2015, to modified
any awarded contract without a new procurement procedure.
This is a ranked framework A maximum of 4 contractors will be appointed to lots 1 2 3. The contractor ranked 1st will be given the opportunity to provide the service required. Where the contractor ranked 1st is unable to meet the requirements then the opportunity will be offered to the 2nd ranked supplier and so on. There will be no guarantee given with regard to the Council’s overall uptake of any resulting Framework.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19883. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Question Description
Community Benefits will apply where bidders have been received over the year a total value of work exceeding 50,000 GBP. At the end of each financial year a review of the level of work commissioned will be conducted to determine number of community benefits points that will apply. The supplier will be contacted to agree the community benefit outcomes and delivery method
At this point tenderers are to confirm that they agree to the delivery of community benefit outcomes and provide the contact details of the individual who will be responsible for the delivery of any agreed outcomes. Bidders should be aware that failure to agree outcomes and delivery method may impact on the work commissioned through the framework for the following years
More information can be found in attached supplier guidance document.. Please complete Community Benefits Method Statement attached .
Community Benefits Wish List
The community benefits wish list has been developed to allow communities to make requests directly to companies working in East Renfrewshire. Local communities or organisations can submit a request for specific help via our online Community Benefits wish list form.
Suppliers are actively encouraged to review the Community Benefits wish list and note within their ITT response if they are able to meet any of the requests noted by our community groups.
A link to the community benefits wish list can be located via the following website page:
https://www.eastrenfrewshire.gov.uk/procurement
(SC Ref:679504)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff Court and Justice of the Peace Court
St James Street
Paisley
PA3 2HW
Telephone
+44 1418875291
Country
United Kingdom