Section one: Contracting authority
one.1) Name and addresses
Strathclyde Partnership for Transport
131 St Vincent Street
Glasgow
G2 5JF
Contact
Kenny Govan
Telephone
+44 1413333738
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10382
one.1) Name and addresses
Supplier Development Programme
Montrose House, 154 Montrose Crescent
Hamilton
ML3 6LB
Telephone
+44 1698453651
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA16527
one.2) Information about joint procurement
The contract involves joint procurement
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Procured Service Arrangement for the Provision of Training
Reference number
21-205
two.1.2) Main CPV code
- 80500000 - Training services
two.1.3) Type of contract
Services
two.1.4) Short description
The contract to be formed as a result of this tender will be a Procured Service Arrangement (PSA), which is a hybrid Framework/DPS with multiple service providers and will be open to suitably qualified and experienced new entrants at all times over its term.
The PSA will be for the provision of a variety of training services across a multi disciplined organisation, to include IT, Health and Safety, Interpersonal skills, Change Management and will include more specialised training pertaining to the Rail and general Transport Industry.
Bidders should also note that this PSA will be accessed by the Supplier Development Programme to procure training providers for the delivery of training to private sector companies to assist them to bid for Public Sector contracts
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80500000 - Training services
- 80400000 - Adult and other education services
- 80000000 - Education and training services
- 80510000 - Specialist training services
- 80511000 - Staff training services
- 80522000 - Training seminars
- 80530000 - Vocational training services
- 80531000 - Industrial and technical training services
- 80531200 - Technical training services
- 80532000 - Management training services
- 80533000 - Computer-user familiarisation and training services
- 80533100 - Computer training services
- 80540000 - Environmental training services
- 80550000 - Safety training services
- 80560000 - Health and first-aid training services
- 80561000 - Health training services
- 80562000 - First-aid training services
- 80570000 - Personal development training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Glasgow
two.2.4) Description of the procurement
The tender this notice refers to will we advertised as a Procured Service Arrangement (PSA), which is a hybrid
Framework/DPS with multiple service providers and will be open to suitably qualified and experienced new entrants at all times over its term.
The PSA will be for the provision of a variety of training services across a multi disciplined organisation, to include IT, Health and Safety, Interpersonal skills, Change Management and will include more specialised training pertaining to the Rail and general Transport Industry.
Bidders should also note that this PSA will be accessed by the Supplier Development Programme to procure training providers for the delivery of training to private sector companies to assist them to bid for Public Sector contracts.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
120
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 150
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
SPT may at any point during the term procure Training Services from the awarded PSA to any value which are not specifically referenced within the original Scope of Services.
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
List and brief description of selection criteria
With regards SPD question 4B.4 SPT will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of bidders.
In the event that the bidder does not have a Dun and Bradstreet rating or they consider that the rating has been adversely affected by factors which they can offer mitigating evidence for, we will use financial ratios to evaluate a bidder’s financial status. In this scenario Bidders must confirm within their response to question 4B.4 within the Qualification Envelope, the ratio name and value of the 3 financial ratios listed as taken from their own Accounts.
Minimum level(s) of standards possibly required
Bidders with a Failure Score of 51 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Bidders must confirm within their response to question 4B.4 within the Qualification Envelope, the value of their D&B Failure Score.
The Financial ratios used in the absence of a DBA' score are:
Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
Liquidity – this value is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio;
Gearing – this value is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
Where 2 out of the 3 ratios cannot be met, we may then take account of other factors when assessing financial viability and the risk to the organisation, providing that the Bidder can submit acceptable evidence to substantiate any of the mitigating criteria.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Strathclyde Partnership for Transport (SPT) invites bids from providers who can demonstrate experience in delivering training in any of the following categories of service:
Cat 1 - Business Improvement/Consultancy & Facilitation Services
Cat 2 - First Aid
Cat 3 - Health & Safety
Cat 4 - Health & Safety (Railway Engineering and Associated Training)
Cat 5 - IT/Computer skills/eLearning
Cat 6 - Personal Development & Soft Skills
Cat 7 - Public Sector Tenders Bidder Training
Bidders will require to fully evidence their organisation's previous experience in delivering training within each Category they are bidding to be considered for appointment to.
Minimum level(s) of standards possibly required
In answering 4C1.2 within the SPD, Bidders should provide at least two separate previous recent examples of where they have undertaken similar work to that described within any Category of Service within the Scope of Services.
Strathclyde Partnership for Transport may contact the organisations you have noted upon your evidence to discuss how you have worked with them.
These examples will be evaluated on a Pass/Fail basis i.e. either the experience is evidenced or it is not.
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
Restricted procedure
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: 2021/S 000-030183
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 May 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 June 2022
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: 120 (from the date stated for receipt of tender)
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
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 20986. 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:
Similar to the award of a standard Framework or DPS, it is accepted that it is difficult to achieve any meaningful Community Benefits (CB’s) via the award of a PSA due to the absence of any guarantee of spend, volume or duration.
Where services of a significant value in any category are procured via mini tender, Community Benefit requirements may be included as part of the Technical evaluation. Where they are not however included and in instances where Direct Award is used as the method of procurement, the undernoted process will apply:
On the anniversary of each year of the PSA when actual expenditure is known, the Provider will be required to deliver CB’s in the following year to the value of the points conversant to their income in the previous year using the matrix provided within the tender, which is based upon the allocation of CB points to overall value.
(SC Ref:691008)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sherriff and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Telephone
+44 1414298888
Country
United Kingdom