Tender

Training Provision Framework

  • Dumfries and Galloway Council

F02: Contract notice

Notice identifier: 2021/S 000-017043

Procurement identifier (OCID): ocds-h6vhtk-02ca01

Published 20 July 2021, 12:04pm



Section one: Contracting authority

one.1) Name and addresses

Dumfries and Galloway Council

Procurement Team, Carruthers House

Dumfries

DG1 2HP

Contact

Kathryn Murphy

Email

kathryn.murphy@scotland-excel.org.uk

Telephone

+44 1416184320

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

http://www.dumgal.gov.uk

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.