Opportunity

Employment Route Training Framework

  • RHONDDA CYNON TAF COUNCIL

F02: Contract notice

Notice reference: 2022/S 000-008415

Published 29 March 2022, 2:08pm



Section one: Contracting authority

one.1) Name and addresses

RHONDDA CYNON TAF COUNCIL

The Pavilions, Clydach Vale

Tonypandy

CF40 2XX

Contact

Kelly Smith

Email

kelly.smith@rctcbc.gov.uk

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

http://www.rctcbc.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0276

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://etenderwales.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.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

Employment Route Training Framework

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

Rhondda Cynon Taff, Adult Education currently runs an Employment Routes programme, which is unique within RCT as we aim to link both local smaller employers and larger national employers, sourcing the relevant people and delivering training to plug the skills deficit in RCT. Thus ensuring that employers have local people up skilled to fill local vacancies.

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

Construction

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys

two.2.4) Description of the procurement

This procurement relates to the appointment of a contractor to undertake the employment route training framework. The aim of project is delivering training to plug the skills deficit within Rhondda Cynon Taf area on behalf of the council.

The requirements are broken down into 4 lots, these are the 4 main areas of training that are required:

1. Construction

2. Rail

3. Civil & Plant

4. Security

The top five suppliers from each lot will be awarded the contract on a ranked basis. Tenderers are able to bid for one or more lots.

The below courses will cover a maximum of two weeks training and be delivered within community settings in and around RCT.

BSC Level 1 Award in Health & Safety in a Construction Environment - LBCC0449

(CSCS Card Training & Testing can be included)

BSC Level 2 Awareness in Principles of COSHH - LBCC0450 Y/502/8521

BSC Level 2 in Manual Handling - LBCC0447 601/2319/9

BSC Level 2 in Health & Safety in the Workplace - LBCC0446 601/2044/7

BSC Level 2 in Principles of Fire Safety - 601/2318/7

BSC Level 3 in Risk Assessing

STA Level 2 Emergency First Aid -603/2346/2

In House Asbestos Awareness

In House Working at Height

In House Confined Spaces

Further requirements of each lot are detailed in the tender documents.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

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

with a further option to extend for up to 24 months

two.2.10) Information about variants

Variants will be accepted: Yes

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

Rail

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys

two.2.4) Description of the procurement

This procurement relates to the appointment of a contractor to undertake the employment route training framework. The aim of project is delivering training to plug the skills deficit within Rhondda Cynon Taf area on behalf of the council.

The requirements are broken down into 4 lots, these are the 4 main areas of training that are required:

1. Construction

2. Rail

3. Civil & Plant

4. Security

The top five suppliers from each lot will be awarded the contract on a ranked basis. Tenderers are able to bid for one or more lots.

The below courses will cover a maximum of two weeks training and be delivered within community settings in and around RCT.

Sentinel Health & Safety Card for the Rails

Small Tools

Renewal of sentinel card

Further requirements of each lot are detailed in the tender documents.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

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

with an option to extend for a further 24 months

two.2.10) Information about variants

Variants will be accepted: Yes

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

Civil & Plant

Lot No

3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys

two.2.4) Description of the procurement

This procurement relates to the appointment of a contractor to undertake the employment route training framework. The aim of project is delivering training to plug the skills deficit within Rhondda Cynon Taf area on behalf of the council.

The requirements are broken down into 4 lots, these are the 4 main areas of training that are required:

1. Construction

2. Rail

3. Civil & Plant

4. Security

The top five suppliers from each lot will be awarded the contract on a ranked basis. Tenderers are able to bid for one or more lots.

The courses below will cover a maximum of two weeks training and be delivered within community settings in and around RCT.

CPCS Red Trained Operator Card – Forward Tipping Dumper

CPCS Red Trained Operator Card – Ride on Roller

NRSWA Street Works Operative Card & Certificate

CPCS Telehandler

CPCS 360 Excavator

Further requirements of each lot are detailed in the tender documents.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

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

with an option to extend for a further 24 months

two.2.10) Information about variants

Variants will be accepted: Yes

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

Security

Lot No

4

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKL15 - Central Valleys

two.2.4) Description of the procurement

This procurement relates to the appointment of a contractor to undertake the employment route training framework. The aim of project is delivering training to plug the skills deficit within Rhondda Cynon Taf area on behalf of the council.

The requirements are broken down into 4 lots, these are the 4 main areas of training that are required:

1. Construction

2. Rail

3. Civil & Plant

4. Security

The top five suppliers from each lot will be awarded the contract on a ranked basis. Tenderers are able to bid for one or more lots.

The below courses will cover a maximum of two weeks training and be delivered within community settings in and around RCT:

AoFAQ Level 3 Certificate for Working as a Close Protection Operative within the Private Security Industry (RQF) Qualification Number: 603/1117/4

AoFAQ Level 3 Emergency First Aid at Work (RQF) Qualification Number 603/2410/7

Further requirements of each lot are detailed in the tender documents.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Price - Weighting: 60

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

with an option to extend for a further 24 months

two.2.10) Information about variants

Variants will be accepted: Yes

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.1.2) 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: 20

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 May 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: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

2 May 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=119341

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Please see tender documents

(WA Ref:119341)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom