Section one: Contracting authority
one.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
Contact
Fiona Wilson
fionawilson@north-ayrshire.gov.uk
Telephone
+44 1294310000
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/5206 Provision of Health & Safety Training Courses Framework
Reference number
NAC/5206
two.1.2) Main CPV code
- 80500000 - Training services
two.1.3) Type of contract
Services
two.1.4) Short description
North Ayrshire Council (NAC) are seeking suitably qualified and experienced suppliers to deliver a selection of mandatory health and safety training courses to NAC staff. The framework will comprise of 3 Lots:
Lot 1 - IOSH Training
Lot 2 - IOSH Construction Training
Lot 3 - Health and Safety Training
Courses will predominantly be delivered on NAC premises throughout North Ayrshire
The framework will be for a period of 4 years.
The terms that will apply to this Framework are NAC/5206 Framework Terms and Conditions and NAC Exit Terms and Conditions. NAC/5206 Terms and Conditions for the Purchase of Services will apply to call-off contracts.
two.1.5) Estimated total value
Value excluding VAT: £390,400
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
Lot 1 - IOSH Training
Lot No
1
two.2.2) Additional CPV code(s)
- 80500000 - Training services
- 80510000 - Specialist training services
- 80550000 - Safety training services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance
Across North Ayrshire
two.2.4) Description of the procurement
North Ayrshire Council (NAC) are seeking to appoint 3 suitably qualified and experienced service providers to deliver IOSH Training, including:
ISOH Managing Safely,
IOSH Managing Safely Refresher,
IOSH Working Safely and
Risk Assessment training.
Bidders must be able to deliver face to face training on NAC premises.
Courses must meet IOSH Standards and result in an official IOSH certification upon successful completion.
Please note that bidders will be required to commit to delivering all elements of this framework directly, with no sub-contracting permitted.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £244,400
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: Yes
Description of options
The evaluation will be based on face to face delivery of the training at North Ayrshire Council premises. Optional pricing will be requested for face to face training at a bidder organised training centre within North Ayrshire and virtual/online (live) training using IOSH-approved platforms. Optional pricing will not be included within the evaluation.
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 - IOSH Construction Training
Lot No
2
two.2.2) Additional CPV code(s)
- 80500000 - Training services
- 80510000 - Specialist training services
- 80550000 - Safety training services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance
Across North Ayrshire
two.2.4) Description of the procurement
North Ayrshire Council (NAC) are seeking 2 suitably experienced and qualified service providers to deliver IOSH Construction Training, including:
ISOH Safety, Health & Environment for Construction Site Managers and
IOSH Safety, Health & Environment for Construction Workers.
Bidders must be able to deliver face to face training on NAC premises.
Courses must meet IOSH standards and result in official IOSH certification upon successful completion.
Please note that bidders will be required to commit to delivering all elements of this framework directly, with no sub-contracting permitted.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £70,000
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: Yes
Description of options
The evaluation will be based on face to face delivery of the training at North Ayrshire Council premises. Optional pricing will be requested for face to face training at a bidder organised training centre within North Ayrshire and virtual/online (live) training using IOSH-approved platforms. Optional pricing will not be included within the evaluation.
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 - Health and Safety Training
Lot No
3
two.2.2) Additional CPV code(s)
- 80500000 - Training services
- 80510000 - Specialist training services
- 80550000 - Safety training services
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
Main site or place of performance
Across North Ayrshire
two.2.4) Description of the procurement
North Ayrshire Council (NAC) are seeking 2 suitably experienced and qualified service providers to deliver the following health and safety training courses:
Manual Handling,
Sharps Awareness,
Asbestos Awareness,
COSHH Awareness,
Ladder Safety Awareness and
Scaffolding Awareness for Users.
Bidders must be able to deliver face to face training on NAC premises.
Please note that bidders will be required to commit to delivering all elements of this framework directly, with no sub-contracting permitted.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £76,000
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: Yes
Description of options
The evaluation will be based on face to face delivery of the training at North Ayrshire Council premises. Optional pricing will be requested for face to face training at a bidder organised training centre within North Ayrshire. Optional pricing will not be included within the evaluation.
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 noted within the specification for each Lot.
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 of 30,000 GBP for the last 3 years. This requirement is applicable to all Lots. Where a bidder seeks to bid for multiple lots, they must evidence a combined annual turnover that meets the aggregated requirement. For example when bidding for 2 Lots the bidder must evidence a minimum yearly "general" turnover of 60,000 GBP.
North Ayrshire Council reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder’s financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.
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 = 5,000,000 GBP in respect of any one event
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance 1,000,000 GBP in respect of any one event
Professional Indemnity Insurance 1,000,000 GBP in the aggregate
Third-Party Motor Vehicle Insurance
A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders are required to provide 2 examples per Lot 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. The minimum acceptable contract value is 66,100 GBP. Where a bidder does not have a single contract exceeding 66,100 GBP, it is acceptable to provide examples of multiple contracts that collectively meet or exceed this value. Unsatisfactory experience will result in exclusion from the tender process.
Bidders must also provide 2 satisfactory references per Lot for the same 2 contracts on the reference templates provided. For bidders submitting multiple examples to satisfy the required contract value threshold, the references provided must relate to the two highest‑value contracts provided as examples.
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 details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
Bidders are required to confirm the Trainers have the relevant educational and professional qualifications as detailed below:
Lots 1 & 2 - Trainers must be IOSH-approved and hold at least Technical (TechIOSH) membership (preferably Certified (CertIOSH) or Chartered (CMIOSH) and must have completed the IOSH Train the Trainer programme or a level 3 training qualification on a regulated framework.
Lot 3 - Trainers must have a level 3 training qualification
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: 7
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
2 March 2026
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
Tender must be valid until: 30 June 2026
four.2.7) Conditions for opening of tenders
Date
2 March 2026
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: It is anticipated that this framework will be renewed, with future notices expected Spring 2029.
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
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.
Environmental Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.
Bidders may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30854. 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 be required on a voluntary basis for:
- Employment
- Employability & Skills
- SMEs
- TSOs
- Education
- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)
(SC Ref:819003)
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