Tender

Safeguarding Training on the Isle of Wight

  • Isle of Wight Council

F02: Contract notice

Notice identifier: 2021/S 000-012861

Procurement identifier (OCID): ocds-h6vhtk-02b9ae

Published 8 June 2021, 4:49pm



Section one: Contracting authority

one.1) Name and addresses

Isle of Wight Council

County Hall, High Street

Newport

PO30 1UD

Contact

Mrs Vanessa Squibb

Email

vanessa.squibb@iow.gov.uk

Telephone

+44 1983821000

Country

United Kingdom

NUTS code

UKJ34 - Isle of Wight

Internet address(es)

Main address

http://www.iwight.com

Buyer's address

http://www.iwight.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert/Index?advertId=634bfe07-63c8-eb11-810c-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert/Index?advertId=634bfe07-63c8-eb11-810c-005056b64545

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

Safeguarding Training on the Isle of Wight

Reference number

DN525939

two.1.2) Main CPV code

  • 80511000 - Staff training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of Safeguarding Training on the Isle of Wight.

This procurement follows the Open procedure under the Public Contract Regulations 2015.

The Authority is committed to ensuring their workforce is competent and confident to carry out their responsibilities to both safeguard adults at risk and is also committed to safeguarding and promoting the welfare of children and young people and expect all staff and volunteers to share in this commitment.

The Authority wants to engage with supplier(s) that have extensive experience of the delivery of safeguarding adult learning & development activities and the delivery of safeguarding children learning & development activities.

These activities are offered to a range of learners who are all Isle of Wight based, and therefore the supplier would need to provide face to face activities at various locations on the Isle of Wight. This can be at either at an Authority venue or the supplier’s venue with the agreement of the Authority. Additionally, the Authority may request that specific venues are used for delivery of the activities such as a particular Authority building; residential care environment; or in a school environment. However, the Authority is also looking at other solutions for some of these activities which may include digital solutions, recordings or a blended approach therefore suppliers should also have the ability to provide virtual delivery of any or all of the activities.

This opportunity is divided into 2 Lots:

LOT 1 – ADULT SERVICES SAFEGUARDING COURSES

LOT 2 – CHILDREN’S SERVICES SAFEGUARDING COURSES

Potential suppliers can submit bids for one lot or both lots.

Potential suppliers should note that this is a non-exclusive contract(s) and that there is no guarantee of value or volume of activities.

two.1.5) Estimated total value

Value excluding VAT: £180,000

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

LOT 1 – ADULT SERVICES SAFEGUARDING COURSES

Lot No

1

two.2.2) Additional CPV code(s)

  • 80511000 - Staff training services

two.2.3) Place of performance

NUTS codes
  • UKJ34 - Isle of Wight

two.2.4) Description of the procurement

The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of Safeguarding Training on the Isle of Wight.

This procurement follows the Open procedure under the Public Contract Regulations 2015.

The Authority is committed to ensuring their workforce is competent and confident to carry out their responsibilities to both safeguard adults at risk and is also committed to safeguarding and promoting the welfare of children and young people and expect all staff and volunteers to share in this commitment.

The Authority wants to engage with supplier(s) that have extensive experience of the delivery of safeguarding adult learning & development activities and the delivery of safeguarding children learning & development activities.

These activities are offered to a range of learners who are all Isle of Wight based, and therefore the supplier would need to provide face to face activities at various locations on the Isle of Wight. This can be at either at an Authority venue or the supplier’s venue with the agreement of the Authority. Additionally, the Authority may request that specific venues are used for delivery of the activities such as a particular Authority building; residential care environment; or in a school environment. However, the Authority is also looking at other solutions for some of these activities which may include digital solutions, recordings or a blended approach therefore suppliers should also have the ability to provide virtual delivery of any or all of the activities.

This opportunity is divided into 2 Lots and this Lot is:

LOT 1 – ADULT SERVICES SAFEGUARDING COURSES

For this Lot, the current programme includes but is not limited to the following key areas:

• Adult safeguarding for new staff

• Adult safeguarding for senior staff and managers

• Adult safeguarding refresher

• Adult safeguarding for provider services

• Chairing safeguarding meetings

• Managing and undertaking section 42 enquiries

• Safeguarding Adults and the Mental Capacity Act 2005

• Legal case law updates and supporting legal literacy

• Homelessness and Safeguarding Adults

• Domestic abuse

• Self-neglect

• MARM

It is expected that the supplier will deliver learning and development activities which values working collaboratively with others, places the service user at the centre of practice, respects diversity, promotes equality and human rights, dignity, freedom and respect for others. The ‘Making Safeguarding Personal’ approach should underpin all adult safeguarding learning and development activity.

The supplier will need to demonstrate their understanding and knowledge of national legal frameworks, as well as local policies and procedures from the Isle of Wight Safeguarding Adult Board.

The supplier will need to observe the learning outcomes within the 4LSAB Multi-Agency Learning and Development Strategy for Safeguarding Adults and should be prepared to update their content when new versions are published. Learning activities will be aimed at a variety of levels.

Potential suppliers should note that this is a non-exclusive contract(s) and that there is no guarantee of value or volume of activities. However it is intended that the successful supplier for each lot will receive all the requests for the learning activities within that lot from the Authority throughout the duration of the contract at the agreed pricing structure submitted within this tender unless the supplier is unable to provide the services at the required time/level or the Authority is required to use a different source of supply.

Although we cannot guarantee the type and number of courses required over the contract period, as they fluctuate depending on the operational demands of service areas and staffing levels, below details the indicative number of courses over the initial term of the contract:

LOT 1 – ADULT SERVICES SAFEGUARDING COURSES:

o Adult safeguarding for new staff – 20 courses over two years

o Adult safeguarding for senior staff and managers – 12 courses over two years

o Adult safeguarding refresher – 12 courses over two years

o Adult safeguarding for provider services – 12 courses over two years

o Chairing safeguarding meetings – 6 courses over two years

o Managing and undertaking section 42 enquiries – 12 courses over two years

o Safeguarding Adults and the Mental Capacity Act 2005 – 8 courses over two years

o Legal case law updates and supporting legal literacy – 8 courses over two years

o Homelessness and Safeguarding Adults – 6 courses over two years

o Domestic abuse – 24 courses over two years

o Self-neglect – 12 courses over two years

o MARM – 12 courses over two years

It should be noted that if a digital solution/recording/blended approach is selected by the Authority for any of these activities then the quantities of face to face courses may be lower.

The term of the contract shall be from 1 September 2021 until 31 August 2023 with the option to extend for up to a further period or periods up to 24 months at the sole discretion of the Authority.

It should be noted that some courses will need to be delivered as soon as possible after the contract commences.

The closing date for receipt of Tenders is 14:00Hrs on 13 July 2021.

two.2.5) Award criteria

Quality criterion - Name: Mobilisation / Weighting: 10

Quality criterion - Name: Course Delivery / Weighting: 20

Quality criterion - Name: Demonstration of Quality / Weighting: 30

Quality criterion - Name: Learners with Disabilities/Difficulties / Weighting: 2.5

Quality criterion - Name: Staff / Weighting: 2.5

Quality criterion - Name: Communication / Weighting: 2.5

Quality criterion - Name: Social Value / Weighting: 2.5

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £120,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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

There is the option to extend the contract for up to a further period or periods up to 24 months at the sole discretion of the Authority.

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

Any values given are estimated over the whole contract term including the possible extension period. There is no value or volume of work guaranteed.

two.2) Description

two.2.1) Title

LOT 2 – CHILDREN’S SERVICES SAFEGUARDING COURSES

Lot No

2

two.2.2) Additional CPV code(s)

  • 80511000 - Staff training services

two.2.3) Place of performance

NUTS codes
  • UKJ34 - Isle of Wight

two.2.4) Description of the procurement

The Isle of Wight Council (“the Authority”) invites Tenders from suitably qualified suppliers (“Potential Suppliers”) for the provision of Safeguarding Training on the Isle of Wight.

This procurement follows the Open procedure under the Public Contract Regulations 2015.

The Authority is committed to ensuring their workforce is competent and confident to carry out their responsibilities to both safeguard adults at risk and is also committed to safeguarding and promoting the welfare of children and young people and expect all staff and volunteers to share in this commitment.

The Authority wants to engage with supplier(s) that have extensive experience of the delivery of safeguarding adult learning & development activities and the delivery of safeguarding children learning & development activities.

These activities are offered to a range of learners who are all Isle of Wight based, and therefore the supplier would need to provide face to face activities at various locations on the Isle of Wight. This can be at either at an Authority venue or the supplier’s venue with the agreement of the Authority. Additionally, the Authority may request that specific venues are used for delivery of the activities such as a particular Authority building; residential care environment; or in a school environment. However, the Authority is also looking at other solutions for some of these activities which may include digital solutions, recordings or a blended approach therefore suppliers should also have the ability to provide virtual delivery of any or all of the activities.

This opportunity is divided into 2 Lots and this Lot is:

LOT 2 – CHILDREN’S SERVICES SAFEGUARDING COURSES

For this Lot, the current programme includes but is not limited to the following key areas:

• Safeguarding Foundation – Level 2 – Aimed at any member of the children’s workforce who has regular face to face contact with children.

• Designated Safeguarding Leads (Education Settings) – Level 3 - Aimed at Designated Safeguarding Leads and their nominated deputies in education settings. It aims to explain the expectations of the role and looks at some of the issues you could face whilst practising in this role. The course will also look at how delegates can start preparing their workplace for the safeguarding element of an Ofsted inspection.

• Managing Safeguarding Responsibilities (Non-Education Settings) – Level 3 - Aimed at delegates who do not work in education settings but have a substantial degree of responsibility to act upon children and young people’s welfare concerns or who manage others who are working frontline with children and young people, who may raise safeguarding concerns.

• Annual Safeguarding Conference – support to source keynote speakers, to deliver content for the event – for staff from Level 1 to 3

This lot will support the Authority to fulfil its responsibilities for safeguarding and promoting children and young people’s welfare. The learning activities must meet the Authority’s role in providing single agency training as per the Isle of Wight Safeguarding Children Partnership Policy (section 4).

The supplier will need to observe the learning outcomes as detailed in the policy and is required to have understanding and knowledge of national statutory guidance in addition to local policies and procedures.

Potential suppliers can submit bids for one lot or both lots.

Potential suppliers should note that this is a non-exclusive contract(s) and that there is no guarantee of value or volume of activities. However it is intended that the successful supplier for each lot will receive all the requests for the learning activities within that lot from the Authority throughout the duration of the contract at the agreed pricing structure submitted within this tender unless the supplier is unable to provide the services at the required time/level or the Authority is required to use a different source of supply.

Although we cannot guarantee the type and number of courses required over the contract period, as they fluctuate depending on the operational demands of service areas and staffing levels, below details the indicative number of courses over the initial term of the contract:

LOT 2 – CHILDREN’S SERVICES SAFEGUARDING COURSES:

o Safeguarding Foundation – 29 courses over 2 years

o Designated Safeguarding Leads (Education Settings) – 15 courses over 2 years

o Managing Safeguarding Responsibilities (Non-Education Settings) – 4 courses over 2 years

o Annual Safeguarding Conference – support to source keynote speakers, to deliver content for the event.

It should be noted that if a digital solution/recording/blended approach is selected by the Authority for any of these activities then the quantities of face to face courses may be lower.

The term of the contract shall be from 1 September 2021 until 31 August 2023 with the option to extend for up to a further period or periods up to 24 months at the sole discretion of the Authority.

It should be noted that some courses will need to be delivered as soon as possible after the contract commences.

The closing date for receipt of Tenders is 14:00Hrs on 13 July 2021.

two.2.5) Award criteria

Quality criterion - Name: Mobilisation / Weighting: 10

Quality criterion - Name: Course Delivery / Weighting: 20

Quality criterion - Name: Demonstration of Quality / Weighting: 30

Quality criterion - Name: Learners with Disabilities/Difficulties / Weighting: 2.5

Quality criterion - Name: Staff / Weighting: 2.5

Quality criterion - Name: Communication / Weighting: 2.5

Quality criterion - Name: Social Value / Weighting: 2.5

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £60,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

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

There is the option to extend the contract for up to a further period or periods up to 24 months at the sole discretion of the Authority.

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

Any values given are estimated over the whole contract term including the possible extension period. There is no value or volume of work guaranteed.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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.2.2) Time limit for receipt of tenders or requests to participate

Date

13 July 2021

Local time

2:00pm

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

13 July 2021

Local time

2:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Potential suppliers can register their interest and download the tender pack by visiting www.procontract.due-north.com and searching for tender reference number DN525939.

The estimated values set out in this contract notice are the total estimated value for the initial term and any possible extension option(s) for each Lot. The value is based on the indicative number of courses delivered, however, potential suppliers must note that there is no guarantee of value of volume of work for either lot.

six.4) Procedures for review

six.4.1) Review body

The High Court

London

WC2A 2LL

Country

United Kingdom