- Scope of the procurement
- Lot 1: SQA regulated and SSSC approved work-based/day release awards
- Lot 2: Professional development awards
- Lot 3: SQA Accredited worked based leadership award
- Lot 4: SQA Accredited work-based awards in Play Work
- Lot 5: University work-based distance learning degree
- Lot 9: Outdoor Learning and the ELC curriculum
- Lot 10: Non-curriculum based outdoor learning
- Lot 11: Core occupational standards and policy/guidance learning
- Lot 6: Core Health and Safety Training
- Lot 7: Core Health and Safety Training (with required practical elements)
- Lot 8: Core Child Protection professional learning
Section one: Contracting authority
one.1) Name and addresses
Aberdeenshire Council
Woodhill House, Westburn Road
Aberdeen
AB16 5GB
deborah.bruce@aberdeenshire.gov.uk
Country
United Kingdom
NUTS code
UKM50 - Aberdeen City and Aberdeenshire
Internet address(es)
Main address
http://www.aberdeenshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00232
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
www.publiccontractscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractscotland.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
Framework Agreement for the Provision of Early Learning and Childcare Training Services (Accredited and Core Professional Learning)
Reference number
000-BEUU5213
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
Aberdeenshire Council and Aberdeen City Council require a suite of various Scottish Qualification Authority (SQA)/SSSC accredited and core professional learning courses.
Accredited courses at Scottish Qualification Framework Credits (SCQF) levels 6, 7 & 9 including:
- Scottish Vocational Qualifications (SVQs) in Social Services (Children and Young People) and Play Work in line with the relevant SQA (or equivalent) guidance for assessment of candidates.
- Batchelor of Arts (BA) in Childhood Practice (work based, distance learning)
- Professional Development Award (PDA) in Childhood Practice (Level 9 – work based, taught)
Core Professional Learning in:
- A range of Health and Safety work-based courses where content must be as set down by the appropriate approval/awarding body (for example, Royal Environmental Health Institute for Scotland (REHIS). Courses must also include the approving bodies assessment as part of the course where relevant.
- Outdoor Learning – both ELC curriculum based, ecology, environment, and engaging children approaches.
- A range of professional learning in child protection for different levels of the ELC workforce.
two.1.5) Estimated total value
Value excluding VAT: £2,300,000
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
Lot 1: SQA regulated and SSSC approved work-based/day release awards
Lot No
1
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Successful tenderers must be able to deliver all courses within this lot:
SVQ Social Services (Children and Young People) (SSCYP) SCQF Level 6
SVQ Social Services (Children and Young People) (SSCYP) SCQF Level 7
SCQF credit ‘backfilling’ – please provide a price list of typically associated modules of various SCQF levels
two.2.5) Award criteria
Quality criterion - Name: Please see documentation / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
Lot 2: Professional development awards
Lot No
2
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Successful tenderers will be able to deliver the following course:
PDA in Childhood Practice
two.2.5) Award criteria
Quality criterion - Name: Please see documentation / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
Lot 3: SQA Accredited worked based leadership award
Lot No
3
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Tenderers must be able to deliver all of the following courses within the lot:
SVQ Social Services (Children and Young People) (SSCYP) SCQF Level 9
SCQF credit ‘backfilling’ - please provide a price list of typically associated modules at various SCQF Levels
two.2.5) Award criteria
Quality criterion - Name: Please see documentation / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
Lot 4: SQA Accredited work-based awards in Play Work
Lot No
4
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Successful tenderers must be able to deliver all courses for this particular lot as below:
SVQ Playwork SCQF Level 6
SVQ Playwork SCQF Level 7
SVQ Playwork SCQF Level 9
two.2.5) Award criteria
Quality criterion - Name: Please see documentation / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
Lot 5: University work-based distance learning degree
Lot No
5
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Successful tenderers must be able to deliver the following course as part of this lot:
BA in Childhood Practice at SCQF Level 9
two.2.5) Award criteria
Quality criterion - Name: Please see documentation / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
Lot 9: Outdoor Learning and the ELC curriculum
Lot No
9
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Successful tenderers must be able to deliver the following course:
Course Required:
Curriculum Based Outdoor Learning
two.2.5) Award criteria
Quality criterion - Name: Please see documentation / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
Lot 10: Non-curriculum based outdoor learning
Lot No
10
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Successful tenderers must be able to deliver the following courses for this lot:
Course Required:
Ecology, environment, and engaging children
two.2.5) Award criteria
Quality criterion - Name: Please see documentation / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
Lot 11: Core occupational standards and policy/guidance learning
Lot No
11
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Successful tenderers must be able to deliver the following courses for this lot:
Course Required:
Health and Social Care Standards: My support, My life
Pre-birth to three: Positive outcomes for Scotland’s children and families
two.2.5) Award criteria
Quality criterion - Name: Please see documentation / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
Lot 6: Core Health and Safety Training
Lot No
6
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Successful tenderers must be able to deliver all courses within each lot as a minimum:
Lot 6: Core Health and Safety Training
Courses Required:
Elementary Food Hygiene (REHIS or equivalent)
Food Hygiene Refresher (REHIS or equivalent)
Infection control and Blood Borne Viruses (REHIS or equivalent)
two.2.5) Award criteria
Quality criterion - Name: Please see documentation / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
Lot 7: Core Health and Safety Training (with required practical elements)
Lot No
7
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Lot 7: Core Health and Safety Training (with required practical elements)
Courses Required:
Emergency First Aid at Work (Paediatric Focus)
Object Handling (in an ELC setting)
Benefit/Risk Assessment (in ELC)
two.2.5) Award criteria
Quality criterion - Name: Please see documentation / Weighting: 60
Price - Weighting: 40
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) Description
two.2.1) Title
Lot 8: Core Child Protection professional learning
Lot No
8
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM50 - Aberdeen City and Aberdeenshire
Main site or place of performance
Aberdeen City and Aberdeenshire
two.2.4) Description of the procurement
Successful tendered must be able to deliver the following courses, as a minimum, for this lot:
Courses Required:
Introduction to Child Protection
Child protection refresher
Designated Child Protection Officer Training
two.2.5) Award criteria
Quality criterion - Name: Please see documentation / Weighting: 60
Price - Weighting: 40
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
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
List and brief description of conditions:
4A.2 Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.
For Accredited Lots 1-5:
Successful bidders must have an Accreditation license and be approved to deliver qualifications by the Scottish Qualifications Authority (SQA), the SSSC as per (The Standard for Childhood Practice Revised 2015), and/or another equivalent approval body. Suppliers must further adhere to the appropriate ‘regulatory directives’ as currently set out by SQA or other quality assurance guidance set down by their approving body or examination board, for the particular awards within this framework agreement.
For Core Professional Learning Lots 6-11:
Where applicable, Successful Bidder(s) must be approved by an 'awarding organisation’ (AO) regulated by a national qualification regulator such as, but not limited to (Ofqual, SQA or RosPa). All staff must have the minimum required qualifications for a trainer in that subject area, and experience of delivering the courses for which you are bidding, (for example Emergency First Aid at Work trainers must have an up to date First Aid at Work certificate), this information has been reproduced from Health and Safety Executive’s ‘A Guide for Employers, General Information Sheet No 3 (Rev1)), 2013. For Royal Environmental Health Institute for Scotland (REHIS) courses your centre must have at least one REHIS approved presenter. For Object Handling training they must possess a minimum of Level 3 Award for Manual Handling Trainers (or equivalent).
For bidders with courses other than those listed above, please detail any approval by relevant regulatory body or quality assurance guidance relevant to your specialism.
The Council will assess the information provided and the Council’s decision on Suitability is final.
three.1.2) Economic and financial standing
List and brief description of selection criteria
List and brief description of selection criteria:
4B.1.1 The bidder should provide its (“general”) yearly turnover for the past 3 financial years.
4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading and the reason why turnover information is not available.
4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 5000000 GBP
Public Liability Insurance = 5000000 GBP
Professional Liability = 3000000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
4B.6 The Council will use the independent credit scoring organisation, Creditsafe, to check the financial status of the Bidders and may involve further detailed financial checking/assessment.
The Council’s decision on financial suitability will be final.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
Minimum level(s) of standards possibly required
4C.1.2 Please provide contact details for 2 referees, who can comment on the quality of your organisation’s delivery of similar contracts (or parts of contracts) delivered within the last three years.
Please note that contact will be made with referees without further reference to you. Please do not submit a reference request to Aberdeenshire Council or Aberdeen City Council.
Please provide the Curriculum Vitaes (CVs) of the individual(s) whom you propose to manage the provision of services if your response is successful, along with a copy of their most appropriate qualification. CV’s should include information around compliance with the Protection of Vulnerable Groups (Scotland) Act 2007 (“the PVG Act”) where required.
Please provide a sample of your Teams CVs relating to relevant posts along with copies of their educational and professional qualification certificates. Note: CVs must include information related to compliance with the Protection of Vulnerable Groups (Scotland) Act 2007 (“the PVG Act”) if required.
If the provider is recently incorporated/established, please submit details of any relevant experience along with the date of incorporation/establishment. This will be accepted at the Council’s discretion.
The Council will assess the information provided and the Council’s decision on Technical and Professional Ability is final.
4C.6
For Accredited Lots 1-5:
Successful bidders must have sufficient staff who are highly and appropriately qualified, and as a minimum:
assessors will require to hold a registrable qualification acceptable to the SSSC for the area and level of practice being assessed (for clarification www.sssc.com.uk). They will also require the SQA accredited Unit L&D9 or L&D91 (or equivalent as per SQA guidance ‘Choosing Appropriate Assessor and/or Verifier Qualifications’, updated February 2019.
internal verifiers will require to hold a registrable qualification acceptable to the SSSC for the area and level of practice being assessed (see SSSC website for clarification www.sssc.com.uk). They will also require either Unit L&D9 or L&D91 (or equivalent) and SQA Unit L&D11 (or equivalent).
further education tutors/lecturers will require a Higher National Diploma (HND) (or equivalent) practice qualification in a subject area relevant to that they will be delivering. They will also require a Teaching Qualification in Further Education (TQFE) at SCQF Level 9
university tutors/lecturers will require a practice based Batchelors degree (2.1 or above) in a subject area relevant to the one they will be delivering. It will also be desirable if they have a Masters in a relevant subject area.
The Council’s decision on Technical and Professional Ability is final.
For Core Professional Lots 6-11:
Where applicable, Successful Bidder(s) must be approved by an 'awarding organisation’ (AO) regulated by a national qualification regulator such as, but not limited to (Ofqual, SQA or RosPa). All staff must have the minimum required qualifications for a trainer in that subject area, and experience of delivering the courses for which you are bidding, (for example Emergency First Aid at Work trainers must have an up to date First Aid at Work certificate), this information has been reproduced from Health and Safety Executive’s ‘A Guide for Employers, General Information Sheet No 3 (Rev1)), 2013. For Royal Environmental Health Institute for Scotland (REHIS) courses your centre must have at least one REHIS approved presenter. For Object Handling training they must possess a minimum of Level 3 Award for Manual Handling Trainers (or equivalent).
For bidders with courses other than those listed above, please detail any approval by relevant regulatory body or quality assurance guidance relevant to your specialism.
The Council will assess the information provided and the Council’s decision on Technical and Professional Ability is final.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See documentation.
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
31 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
31 March 2021
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 invoicing will be accepted
six.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=645555.
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:
See documentation for further information.
(SC Ref:645555)
six.4) Procedures for review
six.4.1) Review body
Aberdeen Sheriff Court
Aberdeen
Country
United Kingdom