Tender

Procured Service Arrangement for the Provision of Training

  • Strathclyde Partnership for Transport
  • Supplier Development Programme

F02: Contract notice

Notice identifier: 2022/S 000-010480

Procurement identifier (OCID): ocds-h6vhtk-02fd5e

Published 22 April 2022, 1:38pm



Section one: Contracting authority

one.1) Name and addresses

Strathclyde Partnership for Transport

131 St Vincent Street

Glasgow

G2 5JF

Contact

Kenny Govan

Email

procurement@spt.co.uk

Telephone

+44 1413333738

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.spt.co.uk

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

Email

info@sdpscotland.co.uk

Telephone

+44 1698453651

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

www.sdpscotland.co.uk

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/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/esop/pts-host/public/pts/web/login.html

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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

Email

glasgow@scotcourts.gov.uk

Telephone

+44 1414298888

Country

United Kingdom