Opportunity

NAC/5159 North Ayrshire Employability Service Delivery Framework

  • North Ayrshire Council

F02: Contract notice

Notice reference: 2024/S 000-004152

Published 8 February 2024, 9:44am



Section one: Contracting authority

one.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Email

jenniblair@north-ayrshire.gov.uk

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

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

NAC/5159 North Ayrshire Employability Service Delivery Framework

two.1.2) Main CPV code

  • 79611000 - Job search services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement seeks to appoint a framework of business partners to support the delivery of the Councils employability service.

The services required will be as follows:

- Lot 1: Employability end-to-end service

-Lot 2: Parental employment support service

- Lot 3: Youth transition/engagement/support service

- Lot 4: Transitional/volunteering service

- Lot 5: Individual Placement Support (IPS)

One supplier will be awarded per lot.

two.1.5) Estimated total value

Value excluding VAT: £8,972,976

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

Employability end-to-end service

Lot No

1

two.2.2) Additional CPV code(s)

  • 79611000 - Job search services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

This is a key worker service across the 5 stages of the employability and skills pipeline.

Stage 1: Referral, engagement, and assessment

Stage 2: Needs assessment, barrier removal, and action planning

Stage 3: Vocational activity

Stage 4: Employer engagement and job matching

Stage 5: In work support and aftercare

- The end to end service should support disadvantaged groups progress towards employment.

- The service will be delivered across stages 1 to stages 5 of the employability and skills pipeline.

- A Key worker approach (key worker defined as: consistent worker who takes participants through all stages including providing at least 26 weeks aftercare, and develops individualised package of support) has to be adopted at all stages of service delivery.

- Focus on vocational programmes aligned with local business need

- Employer engagement and sustained job outcomes a primary focus

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £3,593,244

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

Up to 24 months extension available

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

Parental employment support service

Lot No

2

two.2.2) Additional CPV code(s)

  • 79611000 - Job search services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

This lot is focused on addressing child poverty by supporting parents progress into employment and progress within employment.

Service required should provide:

- Key worker support

- Service tailored to individual need

- Flexible and responsive services

- Clear focus on progression across 5 stage pipeline

- Targeted at parents who have children in poverty

- Progress parents into vocational programmes and placements

- Works in partnership and across partnerships

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £2,393,244

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

Up to 24 months extension available

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

Youth transition/engagement/support service

Lot No

3

two.2.2) Additional CPV code(s)

  • 79611000 - Job search services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

This lot is focussed on supporting young people making transitions from school and youngsters who are not in employment, education on training. We are looking for a mix of services to include:

- Community outreach approach to engage youngsters who don’t engage with services

- Key worker support to engage with youngsters and provide 1-2-1 support as required

- Programmes to address confidence, resilience, isolation, basic skills for employment

- Strong partnership working with education, skills development Scotland, Ayrshire college and wider employability services

- Using data from datahub to target services

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £1,193,244

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

Up to 24 months extension available

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

Transitional/volunteering service

Lot No

4

two.2.2) Additional CPV code(s)

  • 79611000 - Job search services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

Providing work experience and volunteering placements for participants who are long term unemployed is an important step to make a sustainable progression into employment. Placements may be in:

- Third sector

- Public sector

- Private sector

- Community organisations

Providers will also be expected to provide wrap around employability support prior to a during placements

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £993,244

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

Up to 24 months extension available

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

Individual Placement Support (IPS)

Lot No

5

two.2.2) Additional CPV code(s)

  • 79611000 - Job search services

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

Closing the disability employment gap remains a high priority in North Ayrshire and an IPS model delivered with full fidelity will complement the successful Supported Employment initiative, Equal Programme, already delivered by North Ayrshire Council.

The contractor would be expected to work closely with Ayrshire & Arran NHS and develop their IPS capacity and capability by working in partnership working with clinical teams. This will target individuals with severe and enduring mental health issues but have capacity to extend this model to support those in recovery from drug addiction, those with experience of domestic violence, commercial sexual exploitation or homelessness. The contractor will develop and strengthen referral and networking connections with Health, Justice, Social Work, and Housing as well as with specialist services supporting the target groups adopting the IPS model:

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50

Price - Weighting: 50

two.2.6) Estimated value

Value excluding VAT: £800,000

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

Up to 24 months extension available

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

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

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum yearly “general” turnover as per below for the last 3 years in the business area covered by the contract.

Lot 1 - 1,796,622 GBP

Lot 2 - 1,196,622 GBP

Lot 3 - 596,622 GBP

Lot 4 - 496,622 GBP

Lot 5 - 400,000 GBP

Bidders who cannot meet the required level of turnover will be excluded from this tender.

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.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 10m GBP in respect of any one event

http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance 10m GBP in respect of any one event

Professional Indemnity Insurance 5m GBP in the aggregate

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.

Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.


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: 5

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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-027251

four.2.2) Time limit for receipt of tenders or requests to participate

Date

29 March 2024

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

29 March 2024

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: 2028

six.3) Additional information

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25750. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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 be required on a mandatory / voluntary basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

(SC Ref:756907)

six.4) Procedures for review

six.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Telephone

+44 1563550024

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/