Section one: Contracting authority
one.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
Contact
Kathryn Murphy
kathryn.murphy@scotland-excel.org.uk
Telephone
+44 1416184320
Country
United Kingdom
NUTS code
UKM92 - Dumfries & Galloway
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
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
Training Provision Framework
Reference number
DGT/1198/19
two.1.2) Main CPV code
- 80511000 - Staff training services
two.1.3) Type of contract
Services
two.1.4) Short description
This Invitation to Tender is seeking offers from suitable organisations to undertake Training on behalf of Dumfries and Galloway Council.
The scope includes services from the following disciplines which form the lots:
1. Lot 1 – Corporate Training:
- Sub-lot 1 - Personal Skills
- Sub-lot 2 - Management Skills
- Sub-lot 3 - Project Skills
2. Lot 2 - Information Technology Skills
- No sub lotting on this lot
3. Lot 3 - First Aid Training:
- Sub-lot 1 - First Aid Training
- Sub-lot 2 - Mental Health First Aid
4. Lot 4 – Technical Training:
- Sub-lot 1 - Roads
- Sub-lot 2 - Grounds
- Sub-lot 3 - Waste
- Sub-lot 4 - Transport
- Sub-lot 5 - Facilities Services (Catering/Cleaning/Building Services/Stores)
- Sub-lot 6 - Harbours and Engineering
- Sub-lot 7 - Multi Service
- Sub-lot 8 - Misc
5. Lot 5 - Health & Safety:
- Sub-lot 1 - Health & Safety Management
- Sub-lot 2 - Personal Safety – Violence
- Sub-lot 3 - Ergonomics
- Sub-lot 4 - COSHH & Infection Control
- Sub-lot 5 - Fire Safety
- Sub-lot 6 - H&S Technical – Portable Electrical Equipment
- Sub-lot 7 - H&S Technical – Building/Construction/Infrastructure & Facilities Management
- Sub-lot 8 - Building/Construction/Infrastructure/Facilities - General H&S Management
- Sub-lot 9 - Professional H&S Technical Training
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
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
Corporate Training
Lot No
1
two.2.2) Additional CPV code(s)
- 80511000 - Staff training services
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
two.2.4) Description of the procurement
Corporate Training to be conducted on behalf of Dumfries and Galloway Council.
- Sub-lot 1 - Personal Skills
- Sub-lot 2 - Management Skills
- Sub-lot 3 - Project Skills
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Dumfries and Galloway Council have the option to extend for a further 12-month period.
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) Description
two.2.1) Title
First Aid Training
Lot No
3
two.2.2) Additional CPV code(s)
- 80511000 - Staff training services
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
two.2.4) Description of the procurement
First Aid Training on behalf of Dumfries and Galloway Council.
- Sub-lot 1 - First Aid Training
- Sub-lot 2 - Mental Health First Aid
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Dumfries and Galloway Council have the option to extend for a further 12-month period.
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) Description
two.2.1) Title
Information Technology Skills
Lot No
2
two.2.2) Additional CPV code(s)
- 80511000 - Staff training services
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
two.2.4) Description of the procurement
Information Technology Skills training on behalf of Dumfries and Galloway Council.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Dumfries and Galloway Council have the option to extend for a further 12-month period.
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) Description
two.2.1) Title
Technical Training
Lot No
4
two.2.2) Additional CPV code(s)
- 80511000 - Staff training services
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
two.2.4) Description of the procurement
Technical Training on behalf of Dumfries and Galloway Council.
- Sub-lot 1 – Roads
- Sub-lot 2 – Grounds
- Sub-lot 3 – Waste
- Sub-lot 4 – Transport
- Sub-lot 5 - Facilities Services (Catering/Cleaning/Building Services/Stores)
- Sub-lot 6 - Harbours and Engineering
- Sub-lot 7 - Multi Service
- Sub-lot 8 - Misc
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Dumfries and Galloway Council have the option to extend for a further 12-month period.
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) Description
two.2.1) Title
Health & Safety
Lot No
5
two.2.2) Additional CPV code(s)
- 80511000 - Staff training services
two.2.3) Place of performance
NUTS codes
- UKM92 - Dumfries & Galloway
two.2.4) Description of the procurement
Health & Safety training on behalf of Dumfries and Galloway Council.
- Sub-lot 1 - Health & Safety Management
- Sub-lot 2 - Personal Safety – Violence
- Sub-lot 3 – Ergonomics
- Sub-lot 4 - COSHH & Infection Control
- Sub-lot 5 - Fire Safety
- Sub-lot 6 - H&S Technical – Portable Electrical Equipment
- Sub-lot 7 - H&S Technical – Building/Construction/Infrastructure & Facilities Management
- Sub-lot 8 - Building/Construction/Infrastructure/Facilities - General H&S Management
- Sub-lot 9 - Professional H&S Technical Training
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Dumfries and Galloway Council have the option to extend for a further 12-month period.
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
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
SPD 4B.1.1: The Tenderer must provide two years turnover from the following periods- trading years of 2018 and 2019, 2019 and 2020 or 2020 and 2021. A Minimum turnover of 50,000 GBP annually is required. We will accept any two years within the periods listed above
SPD 4B.5: It is a requirement of this framework that Tenderers hold, or can commit to obtain prior to the start date of the framework, the
types and levels of insurance indicated below:
Professional Risk Indemnity Insurance: 1 million GBP for each and every claim.
Employers Liability – in accord with Regulation 5 of the Employers' Liability (Compulsory Insurance) Regulations 1998 (as amended) to a minimum indemnity limit of 1 million GBP for each and every claim.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD 4C.1.2: For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last three years. This is to be provided for each lot bid for.
SPD 4C.6: The following educational and professional qualifications are held by the service provider or the contractor itself:
All educational and professional qualifications and accreditations required by law and regulations must be in place and presented to Dumfries and Galloway Council prior to any training taking place. If you are unable to produce or deliver these upon request, you will be unable to deliver training under this framework. Please provide information on the relevant qualifications and accreditations held.
Qualifications and accreditations required from each lot, sub-lot and course title are listed within the specification documents which state the minimum level(s) of standards required:
- Lot 1 Specification
- Lot 2 Specification
- Lot 3 Specification
- Lot 4 Specification
- Lot 5 Specification
Please note that you will not be permitted to deliver a course without providing the relevant evidence that you hold the qualifications/certifications listed for each lot, sub-lot and course title bid for.
SPD 4C.9: For Lots 4 and 5, tenderers will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed.
SPD 4C.10 Please provide details of the proportion (i.e percentage) of the contract that you intend to subcontract:
Minimum level(s) of standards possibly required
SPD 4D.1: Health & Safety Procedures:
Tenderers must have a regularly reviewed and documented policy for health and safety management. The policy must be relevant to the nature and scale of the work and set out responsibilities for health and safety management at all levels within the organisation.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Contract will be managed following Dumfries and Galloway Council Contract and Supplier Management Policy.
A set of Key Performance Indicators (KPIs) will be used to manage the Package Orders and monitor performance. These will be detailed at the quote or award stage; agreed at the pre- contract start meeting or at any time during the Contract Period and will be based on the standard Scottish Government National KPI IDs at the time.
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
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: 2020/S 197-478572
four.2.2) Time limit for receipt of tenders or requests to participate
Date
20 August 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 August 2021
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
This Contract Notice is on behalf of Dumfries and Galloway Council. Scotland Excel is acting on behalf of Dumfries and Galloway Council in the execution of this tender but will not be party to the contract or the management of the contract throughout its lifetime.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18858. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Please see ITT document for further details.
(SC Ref:659370)
six.4) Procedures for review
six.4.1) Review body
Dumfries Sheriff Court
Buccleuch Street
Dumfries
DG1 2AN
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland)
Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.