Tender

Employability Support Services Ranked Framework East Renfrewshire Council

  • East Renfrewshire Council

F02: Contract notice

Notice identifier: 2022/S 000-008817

Procurement identifier (OCID): ocds-h6vhtk-03290c

Published 1 April 2022, 12:40pm



Section one: Contracting authority

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Contact

May Harvey-Welsh

Email

may.harvey-welsh@eastrenfrewshire.gov.uk

Telephone

+44 1415773669

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.eastrenfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

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://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

Employability Support Services Ranked Framework East Renfrewshire Council

Reference number

ERC000020

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

East Renfrewshire Council is inviting tenders from suitably qualified companies to support individuals from disadvantaged groups and assist them to move towards and into employment. This has to start with greater focus on early engagement, assessment of support needs and effective action planning to more effectively tackle barriers that are preventing individuals from participating in the labour market.

Services being sought will include support to address personal attributes that prevent people from considering work as an option. This includes motivation, confidence personal development, one to one support, mentoring, group work core skills health wellbeing and financial support interventions. It is envisaged that some structured, accredited and project based activities will also be required.

Suppliers will be appointed across 9 lots Ranked Framework with 4 suppliers appointed to each lot.

two.1.5) Estimated total value

Value excluding VAT: £2,860,000

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

Client Management Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire

two.2.4) Description of the procurement

This Lot covers the spectrum of activities at Stages 1 to 5 of the Employability Pipeline including engagement assessment action planning, case management and progression into employment including end to end Key Worker Support. Ranked Framework with 4 suppliers appointed to each lot.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Roles & Responsibilities Overview / Weighting: 25

Quality criterion - Name: Management Approach / Weighting: 12

Quality criterion - Name: Value For Money Added Value / Weighting: 10

Quality criterion - Name: Continuous Improvement / Weighting: 6

Quality criterion - Name: Procedures / Weighting: 6

Quality criterion - Name: Regional Approaches / Weighting: 10

Quality criterion - Name: Employability Case Study / Weighting: 8

Quality criterion - Name: Environmental & Sustainability / Weighting: 2

Quality criterion - Name: Equality Diversity & Inclusion / Weighting: 4

Quality criterion - Name: Exit Strategy / Weighting: 2

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £620,000

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: 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.2.14) Additional information

Quality weighting above are sub weighting and the overall weighting for quality is 60.

As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT

two.2) Description

two.2.1) Title

Vocational & Accredited Activity

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire

two.2.4) Description of the procurement

The focus of this Lot will be to improve the core, functional and vocational skills of individuals and presentation of skills for those seeking to enter employment. The activities within this lot will be based on client demand to provide a structured approach to training and work experience enabling individuals to gain employability competencies and where relevant occupationally focused certification. This Lot covers the spectrum of activities at Stages 3 and 4 of the Employability Pipeline and will enable a tailored pathway to local labour market opportunities. Ranked Framework with 4 suppliers appointed to each lot.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Roles & Responsibilities Overview / Weighting: 25

Quality criterion - Name: Management Approach / Weighting: 12

Quality criterion - Name: Value For Money Added Value / Weighting: 10

Quality criterion - Name: Continuous Improvement / Weighting: 6

Quality criterion - Name: Procedures / Weighting: 6

Quality criterion - Name: Regional Approaches / Weighting: 10

Quality criterion - Name: Employability Case Study / Weighting: 8

Quality criterion - Name: Environmental & Sustainability / Weighting: 2

Quality criterion - Name: Equality Diversity & Inclusion / Weighting: 4

Quality criterion - Name: Exit Strategy / Weighting: 2

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £400,000

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: 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.2.14) Additional information

Quality weighting above are sub weighting and the overall weighting for quality is 60.

As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT

two.2) Description

two.2.1) Title

Job Brokerage

Lot No

3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire

two.2.4) Description of the procurement

This Lot reflects the increased need for in-work support to help enable previously unemployed people to sustain and progress in employment once the initial transition has been made. It is also important to recognise that many individuals will enter this activity at Stage 4 of the Employability Pipeline having progressed from previous activities delivered at Lots of the framework.

Contractors will be required to demonstrate continuous improvement and evaluation of quality and effectiveness and impact of their service. Depending of the subject area some formal measurement tools can be used. Contractors are required to undertake participant evaluation and provide results to East Renfrewshire Council. Ranked Framework with 4 suppliers appointed to each lot.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Roles & Responsibilities Overview / Weighting: 25

Quality criterion - Name: Management Approach / Weighting: 12

Quality criterion - Name: Value For Money Added Value / Weighting: 10

Quality criterion - Name: Continuous Improvement / Weighting: 6

Quality criterion - Name: Procedures / Weighting: 6

Quality criterion - Name: Regional Approaches / Weighting: 10

Quality criterion - Name: Employability Case Study / Weighting: 8

Quality criterion - Name: Environmental & Sustainability / Weighting: 2

Quality criterion - Name: Equality Diversity & Inclusion / Weighting: 4

Quality criterion - Name: Exit Strategy / Weighting: 2

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £200,000

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: 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.2.14) Additional information

Quality weighting above are sub weighting and the overall weighting for quality is 60.

As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT

two.2) Description

two.2.1) Title

Employer Engagement Advice & Support

Lot No

4

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire

two.2.4) Description of the procurement

This Lot reflects the increased need for working closely with local employers providing advice that helps them invest in existing skills fill their vacancies and support our clients into sustainable employment. Ranked Framework with 4 suppliers appointed to each lot.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Roles & Responsibilities Overview / Weighting: 25

Quality criterion - Name: Management Approach / Weighting: 12

Quality criterion - Name: Value For Money Added Value / Weighting: 10

Quality criterion - Name: Continuous Improvement / Weighting: 6

Quality criterion - Name: Procedures / Weighting: 6

Quality criterion - Name: Regional Approaches / Weighting: 10

Quality criterion - Name: Employability Case Study / Weighting: 8

Quality criterion - Name: Environmental & Sustainability / Weighting: 2

Quality criterion - Name: Equality Diversity & Inclusion / Weighting: 4

Quality criterion - Name: Exit Strategy 2 / Weighting: 2

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £200,000

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: 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.2.14) Additional information

Quality weighting above are sub weighting and the overall weighting for quality is 60.

As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT

two.2) Description

two.2.1) Title

Family Firm Care Experienced Young People

Lot No

5

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire

two.2.4) Description of the procurement

Family Firm works with some of our most vulnerable and hard to reach groups of young people aged 16 to 24. As a result of their experience in care, long term outcomes for these young people tend to be below their peers nationally. Various circumstances can lead to them leaving school early or with low qualifications. This can have an impact on their long term employment opportunities and job prospects. Through Family Firm we are working to change this, providing relationship based support to our young people with the goal of improving job prospects and helping them into long term employment. Ranked Framework with 4 suppliers appointed to each lot.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Roles & Responsibilities Overview / Weighting: 25

Quality criterion - Name: Management Approach / Weighting: 12

Quality criterion - Name: Value For Money Added Value / Weighting: 10

Quality criterion - Name: Continuous Improvement / Weighting: 6

Quality criterion - Name: Procedures / Weighting: 6

Quality criterion - Name: Regional Approaches / Weighting: 10

Quality criterion - Name: Employability Case Study / Weighting: 8

Quality criterion - Name: Environmental & Sustainability / Weighting: 2

Quality criterion - Name: Equality Diversity & Inclusion / Weighting: 4

Quality criterion - Name: Exit Strategy / Weighting: 2

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £220,000

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: 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.2.14) Additional information

Quality weighting above are sub weighting and the overall weighting for quality is 60.

As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT

two.2) Description

two.2.1) Title

Additional Support Needs Employability

Lot No

6

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire

two.2.4) Description of the procurement

This Lot covers stages 1 to 5 Of the of Employability Pipeline.

The framework recognises the need to support individuals with additional support needs and assist them to move towards and into employment. This has to start with greater focus on early engagement, assessment of support needs and effective action planning to more effectively tackle barriers that are preventing individuals from participating in the labour market Ranked Framework with 4 suppliers appointed to each lot.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Roles & Responsibilities Overview / Weighting: 25

Quality criterion - Name: Management Approach / Weighting: 12

Quality criterion - Name: Value For Money Added Value / Weighting: 10

Quality criterion - Name: Continuous Improvement / Weighting: 6

Quality criterion - Name: Procedures / Weighting: 6

Quality criterion - Name: Regional Approaches / Weighting: 10

Quality criterion - Name: Employability Case Study / Weighting: 8

Quality criterion - Name: Environmental & Sustainability / Weighting: 2

Quality criterion - Name: Equality Diversity & Inclusion / Weighting: 4

Quality criterion - Name: Exit Strategy / Weighting: 2

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £220,000

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: 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.2.14) Additional information

Quality weighting above are sub weighting and the overall weighting for quality is 60.

As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT

two.2) Description

two.2.1) Title

Health Barriers

Lot No

8

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire

two.2.4) Description of the procurement

The service will be targeted at supporting individuals with a range of health conditions, including physical mental sensory or learning difficulty or disability, to enable them to actively participate in the labour market. Ranked Framework with 4 suppliers appointed to each lot.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Roles & Responsibilities Overview / Weighting: 25

Quality criterion - Name: Management Approach / Weighting: 12

Quality criterion - Name: Value For Money Added Value / Weighting: 10

Quality criterion - Name: Continuous Improvement / Weighting: 6

Quality criterion - Name: Procedures / Weighting: 6

Quality criterion - Name: Regional Approaches / Weighting: 10

Quality criterion - Name: Employability Case Study / Weighting: 8

Quality criterion - Name: Environmental & Sustainability / Weighting: 2

Quality criterion - Name: Equality Diversity & Inclusion / Weighting: 4

Quality criterion - Name: Exit Strategy / Weighting: 2

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £620,000

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: 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.2.14) Additional information

Quality weighting above are sub weighting and the overall weighting for quality is 60.

As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT

two.2) Description

two.2.1) Title

Modern Apprenticeships Programme

Lot No

9

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire

two.2.4) Description of the procurement

East Renfrewshire Council manages a highly successful Modern Apprenticeship Programme on behalf of Skills Development Scotland. At any one point in time the council will employ approximately 30 Modern Apprentices across a variety of disciplines including Business Administration, Social Services Children and Young People, Facilities Services and Management and Hospitality Services. Ranked Framework with 4 suppliers appointed to each lot.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Roles & Responsibilities Overview / Weighting: 25

Quality criterion - Name: Management Approach / Weighting: 12

Quality criterion - Name: Value For Money Added Value / Weighting: 10

Quality criterion - Name: Continuous Improvement / Weighting: 6

Quality criterion - Name: Procedures / Weighting: 6

Quality criterion - Name: Regional Approaches / Weighting: 10

Quality criterion - Name: Employability Case Study / Weighting: 8

Quality criterion - Name: Environmental & Sustainability / Weighting: 2

Quality criterion - Name: Equality Diversity & Inclusion / Weighting: 4

Quality criterion - Name: Exit Strategy / Weighting: 2

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £160,000

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: 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.2.14) Additional information

Quality weighting above are sub weighting and the overall weighting for quality is 60.

As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT

two.2) Description

two.2.1) Title

Employability Support to Young People

Lot No

7

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire

two.2.4) Description of the procurement

This Lot covers stages 1 to 5 of the Employability Pipeline which is specifically aimed at young people aged 16 to 24 and who are risk of becoming pre NEET. The main focus of this lot is to assist individuals with multiple barriers to employment and who are furthest away from the labour market to progress into or through employment. Ranked Framework with 4 suppliers appointed to each lot.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Roles & Responsibilities Overview / Weighting: 25

Quality criterion - Name: Management Approach / Weighting: 12

Quality criterion - Name: Value For Money Added Value / Weighting: 10

Quality criterion - Name: Continuous Improvement / Weighting: 6

Quality criterion - Name: Procedures / Weighting: 6

Quality criterion - Name: Regional Approaches / Weighting: 10

Quality criterion - Name: Employability Case Study / Weighting: 8

Quality criterion - Name: Environmental & Sustainability / Weighting: 2

Quality criterion - Name: Equality Diversity & Inclusion / Weighting: 4

Quality criterion - Name: Exit Strategy / Weighting: 2

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £220,000

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: 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.2.14) Additional information

Quality weighting above are sub weighting and the overall weighting for quality is 60.

As per the procurement regulations from 1 January 2022 there is a need to include VAT where applicable when calculating the estimated value of contracts please refer to tender information pack on PCSt for all values including and excluding VAT


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

1 insurance

Minimum Levels required

1 Public Liability and Employers Liability 5m GBP

Professional Indemnity/ Contractors all risk 2m GBP

2.Credit Check

The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation61(7) or Regulation 61(8) of the Public Contracts Scotland Regulations 2015 to determine the Applicant’s economic and financial standing.

3. Turnover 2 x annual turnover each lot bidding for

Minimum level(s) of standards possibly required

To establish the financial standing of a bidder, the Council will:

Take into account a risk report provided independently by Creditsafe. Within such reports, the risk of business failure is expressed as a

score ranging from 1 to 100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is

considered to have a high risk of business failure, the submission will not be considered further. Where the score is 30+ the Council will

consider all information available from the report.

Where you are not registered on credit safe e.g. charitable organisations, new start companies and Sole Traders you are to submit 2 years

financial accounts, including Profit & Loss Statement and Balance Sheet for consideration.

It should be noted that in addition to the above checks the Council reserves the right at its own discretion to seek such other information

from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to

determine the Applicant’s economic and financial standing. The final decision on bidder inclusion rests with the Council.

The successful tender will be expected to maintain a Creditsafe level of 30+ throughout the contract period. The offer of any extension to the contract will be dependent on an acceptable crediting rating of 30+. The council reserve the right to terminate the contract should the

financial standing decline to an unacceptable level.

Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission.

The Council also may use the SPD (Scotland) questions under Part IV. Section B to assess bidders’ financial standing. If used, further information can be found in the Contract Notice.

Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission.

The Council also may use the SPD (Scotland) questions under Part IV. Section B to assess bidders’ financial standing. If used, further information can be found in the Contract Notice.

It should be noted that the maximum business that can be passed to a sub-contractor or members of a consortia under this contract cannot be more than 50% of their annual turnover. The council reserves the right to request evidence of the other SPD areas in relation to the selection criteria of suitability, economic and financial standing and quality assurance schemes and environmental management standards.

For the avoidance of doubt where a subcontractor or participants of a group who meet the compulsory exclusions grounds shall be replaced at the request of the Council and the Council may request the replacement where the discretionary exclusion grounds are met.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Previous Experience

Minimum levels of standards required:

Bidders will be required to provide 2 examples of similar services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of this Contract Notice and within all tender documents. The examples provided must be of a similar value, size and scope.

Lot 2 only Industry Recognised Certificated Training

Delivery of industry recognised certificated training in a variety of approaches and settings. This may range from short bite size interventions, one day courses or longer interventions linked to a programme.

Industry certification is delivered primarily off the job, although some on site assessment may be required.

Lot 2 Vocational Accredited Training Industry Certification For example

First Aid

Food Hygiene (REHIS)

Health and Safety

Manual Handling

Fork Lift Truck

CSCS

Use of Plant and Power Tools

Etc…

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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: 36

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

5 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

5 May 2022

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 ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Bidders should note that all questions relevant to this exercise should be posted using the Message Board facility for this project.

Please ensure that all documentation is read thoroughly.

Please note that the dates on this notice are indicative and subject to change.

All values indicated are indicative figure only and no guarantee is given with regard to the Council’s overall uptake of any resulting

contract.

Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time and date of 5TH May 2022 to avoid any last minute problems.

East Renfrewshire Council reserves the right inline with Regulation 72 of the Public Contracts (Scotland) Regulations 2015, to modified any awarded contract without a new procurement procedure.

This is a ranked framework A maximum of 4 contractors will be appointed to lots 1 2 3 4 5 6 7 8 9 . The contractor ranked 1st will be given the opportunity to provide the service required. Where the contractor ranked 1st is unable to meet the requirements then the opportunity will be offered to the 2nd ranked supplier and so on. There will be no guarantee given with regard to the Council’s overall uptake of any resulting Framework.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20904. 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:

Bidders responding to this opportunity will be required to confirm their compliance with the following in order for their bid to be considered further. Should you advise that you are unwilling to confirm compliance your bid will be removed from this exercise without further consultation.

East Renfrewshire Council is committed to maximising community benefits, Community benefits improve the economic, social or environmental wellbeing of the area. Under this contract the successful supplier will be requested to support East Renfrewshire Council’s economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy.

Tier 1. Targeted recruitment and training for priority employability groups.

Tier 2. Work experience placements for the same target groups.

Tier 3. Curriculum support for schools and those on employability pathways.

Tier 4. Community Enhancement for community groups and projects.

Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support.

If you are successful in the award of this contract you will be required to communicate / meet with East Renfrewshire Council to finalise the delivery of the benefits that you are offering under this contract.

Community Benefits will apply where a supplier has been successfully awarded contracts that have an accumulated annual value of 50,000 GBP and over. At the end of each financial year a review of the level of work commissioned to each supplier will be conducted. The number of community benefits points will be determined and the supplier contacted to agree the community benefit outcomes and delivery method. There is no limit to the Community Benefit that a tenderer may offer and the total Community Benefit Points may exceed the stated expectation. Bidders should be aware that failure to agree outcomes and delivery method may impact on the work commissioned through the framework for the following years. If you are successful in the award of this contract you will be required to communicate / meet with East Renfrewshire Council to finalise the delivery of the benefits that you are offering under this framework.

(SC Ref:688836)

six.4) Procedures for review

six.4.1) Review body

Paisley Sheriff Court and Justice of the Peace Court

St James Street

Paisley

PA3 2HW

Email

paisley@scotcourts.gov.uk

Telephone

+44 1418875291

Country

United Kingdom

Internet address

www.scotcourts.gov.uk/the-courts/court-locations/paisley-sheriff-court-and-justice-of-the-peace-court