Section one: Contracting authority
one.1) Name and addresses
Stirling Council
Strategic Commissioning, Old Viewforth
Stirling
FK8 2ET
Telephone
+44 1786233384
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html
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/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
Professional Learning Services Framework
Reference number
SC1920-0120
two.1.2) Main CPV code
- 80500000 - Training services
two.1.3) Type of contract
Services
two.1.4) Short description
Stirling Council is seeking to award a framework for the provision of high quality professional learning, including formal qualifications, certificated courses and other evidence based learning.
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
Delivery of required qualifications to meet SSSC registration
Lot No
1
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Stirling
two.2.4) Description of the procurement
Stirling Council are seeking providers who can deliver SCQF Childhood Practice qualifications, which meet SSSC registration requirements for support workers, practitioners and managers.
- SVQ II Social Services Children and Young People
- SVQ III Social Services Children and Young People
- PDA Level 8 Childhood Practice
- PDA Level 9 Childhood Practice
- HND Childhood Practice
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Cost / Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 months
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
Delivery of relevant early learning and childcare training
Lot No
2
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Stirling
two.2.4) Description of the procurement
We are seeking providers of high quality, face to face and / or online, training to support early learning and childcare (ELC) practitioner.
The provider shall deliver training linked to at least one of the following; Child development theory and early brain development; Learning through play; Creativity; Parental Engagement; Outdoor Play; Health and wellbeing; Maths; Literacy; Leadership.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Cost / Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 months
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
Delivery of certificated First Aid Training
Lot No
3
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Stirling
two.2.4) Description of the procurement
This service specification is for the provision of First Aid Training that has been commissioned by the Schools, Learning and Education Team to meet essential learning requirements for a diverse workforce.
The provider shall deliver certificated First Aid training, including First Aid at Work and/or Emergency First Aid and/or Paediatric First Aid and/or Emergency Paediatric First Aid.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Cost / Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 months
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
Delivery of certificated Food Hygiene training and Level 2 Food Safety
Lot No
4
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Stirling
two.2.4) Description of the procurement
This service specification is for the provision of Food Hygiene / Safety Training that has been commissioned by the Schools, Learning and Education Team to meet essential learning requirements for a diverse workforce.
We are seeking providers who can provide certificated face to face Elementary Food Hygiene training courses in Stirling locality(Basic Introductory Food Hygiene, Intermediate Food Hygiene and Elementary Food Hygiene).
We are seeking providers who can provide certificated Level 2 Food Safety (online).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Cost criterion - Name: Cost / Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 months
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
In order to tender for each of the following lots suppliers must ensure they meet the manditory criteria set out below specific to each lot:
Lot 1-
- The provider shall be Scottish Qualifications Authority (SQA) approved.
- The provider shall be registered with the Students Awards Agency Scotland (SAAS);
- The provider shall provide training which meets requirements of the Blueprint for 2020: The Expansion of Early Learning and Childcare in Scotland: National Standards (Scottish Government, 2018);
- Providers offering training for Managers / Lead Practitioners must be approved by the Scottish Social Services Council (SSSC) and fully comply with the Standard for Childhood Practice.
Lot 3-
- The Provider must ensure that the training meets the statutory requirements laid out in the following pieces of legislation:
- Health and Safety (First Aid) Regulations 1981
- Reporting of Injuries, Diseases and Dangerous Occurrences Regulations 2013 (RIDDOR)
- The Provider must comply with HSE advice and work in compliance with the Assessment Principles for First Aid Qualifications.
- The Provider must use training materials, and teach first aid management of injuries and illness in accordance with current guidelines published by the Resuscitation Council (UK); and
- The current edition of the first-aid manual of the Voluntary Aid Societies (St John Ambulance, British Red Cross, St Andrew’s First Aid); or
- other equivalent published guidelines, provided they are in line with the above or supported by a responsible body of medical opinion.
- The Provider must ensure that trainer to delegate ratios are in accordance with current guidelines published by the Resuscitation Council (UK); and the current edition of the first-aid manual of the Voluntary Aid Societies (St John Ambulance, British Red Cross, St Andrew’s First Aid).
Lot 4 and 4a-
- Elementary Food Hygiene providers should be approved by the Royal Environmental Health Institute of Scotland (REHIS), in line with the REHIS Regulations.
- Level 2 Food Safety providers should have relevant accreditation / approval, for example, CPD Certified, ROSPA approved, Institute of Hospitality endorsed, EHO approved or equivalent.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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: 26
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
12 May 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
12 May 2021
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: If the years extension is taken up the recurrent procurement will be live in 2025. If the extension is not taken up then this will be live in 2024.
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18254. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
based on the successful contractors’ annual spend with Stirling Council there will be a requirement to meet the minimum number of Community Benefits points as detailed in the ITT.
(SC Ref:647666)
six.4) Procedures for review
six.4.1) Review body
Stirling Sheriff Court
Stirling
Country
United Kingdom