Section one: Contracting authority
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
sandra.bisset@eastrenfrewshire.gov.uk
Telephone
+44 1415778590
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
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
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
Outdoor & Practical Residential & Musical Study Weekends
Reference number
ERC000012
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
Lot 1 - Outdoor residential education visits
Lot 2 - Duke of Edinburgh Award
Top 3 suppliers after evaluation will be awarded onto each lot
two.1.5) Estimated total value
Value excluding VAT: £2,103,200
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
Provision of Duke of Edinburgh Scheme (DofE)
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
two.2.4) Description of the procurement
Throughout the academic year, East Renfrewshire Council secondary schools including pupils with additional support needs will support pupils who wish to participate in achieving their Duke of Edinburgh Award.
two.2.5) Award criteria
Quality criterion - Name: Organisation Overview / Weighting: 20
Quality criterion - Name: Health & Safety / Weighting: 20
Quality criterion - Name: Policy & Procedures / Weighting: 15
Quality criterion - Name: Staffing / Weighting: 15
Quality criterion - Name: Learning Outside the Classroom Badge (LOtC) / Weighting: 10
Quality criterion - Name: Community Benefits / Weighting: 10
Quality criterion - Name: Fair Working Practices & Living Wage / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £620,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract is for a period of 24 months with a further option to extend for a further 2 periods of up to 12 months at the sole discretion of the council.
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 weights. Total Quality weighting is 40%
The top 3 suppliers after evaluation will be awarded onto this lot.
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 PCS-T for all values including and excluding VAT.
two.2) Description
two.2.1) Title
Outdoor Residential Education Visits
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
two.2.4) Description of the procurement
Outdoor Residential Education and Residential visits for Primary and Secondary schools and children with additional support needs.
two.2.5) Award criteria
Quality criterion - Name: Learning Outside the Classroom Badge (LOtC) / Weighting: 5
Quality criterion - Name: Organisation Overview / Weighting: 8
Quality criterion - Name: Methodology / Weighting: 8
Quality criterion - Name: Facilities / Weighting: 15
Quality criterion - Name: Suggested Timetable / Weighting: 10
Quality criterion - Name: Policy & Procedures / Weighting: 10
Quality criterion - Name: Health & Safety / Weighting: 10
Quality criterion - Name: Site Visits - Accommodation / Weighting: 15
Quality criterion - Name: Community Benefits / Weighting: 10
Quality criterion - Name: Fair Working Practices & Living Wage / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 4
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £1,483,200
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract is for a period of 24 months with a further option to extend for a further 2 periods of up to 12 months at the sole discretion of the council.
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 Weightings above are sub weights. Total Quality Weight is 40%
The top 3 suppliers after evaluation will be awarded onto this lot.
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 PCS-T for all values including and excluding VAT.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Adventure Activities Licensing Authority (AALA)
Expedition Approved Activity Provider (APP)
All Bidders must complete the Master ITT first before they can move on to complete the Technical & Commercial Envelopes of individual lots they wish to participate in. Bidders can submit a bid for either one or all Lots.
Failure to complete the Master ITT or the Technical Envelope and Commercial Envelope within each lot you are bidding for will result in the rejection of your submission.
three.1.2) Economic and financial standing
List and brief description of selection criteria
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.
East Renfrewshire Council require the following insurance levels to be held;
Employers Liability Insurance held. Minimum level of cover GBP5m
Public Liability Insurance held. Minimum level of cover GBP5m.
Motor Vehicle Insurance
three.1.3) Technical and professional ability
List and brief description of selection criteria
Adventure Activities Licensing Authority (AALA)
Expedition Approved Activity Provider (APP)
As detailed within the Tender Information Pack within the Technical Envelope in each of the 2 Lots
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
Envisaged maximum number of participants to the framework agreement: 3
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
28 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
28 February 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2026
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 framework and a maximum of 3 contractors will be appointed to each Lots.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19862 . 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:
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/procuremenent
(SC Ref:680324)
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