- Scope of the procurement
- Lot 1: Trades - Sub-Lot D: Basic Safety Training
- Lot 2: Driving - Sub-Lot A: Driving
- Lot 2: Driving - Sub-Lot B: Driving CPC
- Lot 3: Health and Safety - Sub-Lot A: First Aid
- Lot 3: Health and Safety - Sub-Lot B: Health, Safety and Compliance
- Lot 3: Health and Safety - Sub-Lot C: Security
- Lot 4: Specialist Training - Sub-Lot A: Offshore
- Lot 4: Specialist Training - Sub-Lot B: Electrical
- Lot 4: Specialist Training - Sub-Lot C: Rope Access
- Lot 4: Specialist Training - Sub-Lot D: Train the Painter
- Lot 4: Specialist Training - Sub-Lot E: Industrial Welding
- Lot 5: Support and Care - Sub-Lot A: Professional Qualifications
- Lot 5: Support and Care - Sub-Lot B: Health & Safety Training
- Lot 5: Support and Care - Sub-Lot C: Professional Development
- Lot 1: Trades - Sub-Lot B: Construction Site Safety & Management
- Lot 1: Trades - Sub-Lot C: Construction Plant & Equipment
- Lot 1: Trades - Sub-Lot E: Forklift
- Lot 1: Trades - Sub-Lot F: Grounds Maintenance
- Lot 1: Trades - Sub-Lot A: Construction Health and Safety
Section one: Contracting authority
one.1) Name and addresses
Kingdom Housing Association Limited
Saltire Centre, Pentland Court
Glenrothes
KY6 2DA
Contact
Holly Thomson
flexibleprocurement@scotland-excel.org.uk
Telephone
+44 1592631661
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
http://www.kingdomhousing.org.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12982
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.publiccontractsscotland.gov.uk/default.aspx
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/default.aspx
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Training Provider Framework
two.1.2) Main CPV code
- 80500000 - Training services
two.1.3) Type of contract
Services
two.1.4) Short description
This tendering exercise is being undertaken to establish a Framework Agreement with training providers capable of delivering a range of training services as required. The framework will serve as a mechanism through which the contracting authority may procure training solutions from pre-approved suppliers, as and when the needs arise, over the duration of the agreement.
This framework agreement is divided into five (5) lots, each representing the category of training requirements. Within each lot, there are sub-lots to reflect specific training requirements. There are no maximum number of lots a supplier can bid in for.
The lots are broken down as follows:
Lot 1: Trades
o Sub-lot A: Construction Health and Safety
o Sub-lot B: Construction Site Safety & Management
o Sub-lot C: Construction Plant & Equipment
o Sub-lot D: Basic Safety Training
o Sub-lot E: Forklift
o Sub-lot F: Grounds Maintenance
Lot 2: Driving
o Sub-lot A: Driving
o Sub-lot B: Driving CPC
Lot 3: Health and Safety
o Sub-lot A: First Aid
o Sub-lot B: Health, Safety and Compliance
o Sub-lot C: Security
Lot 4: Specialist Training
o Sub-lot A: Offshore
o Sub-lot B: Electrical
o Sub-lot C: Rope Access
o Sub-lot D: Train the Painter
o Sub-lot E: Industrial Welding
Lot 5: Support and Care
o Sub-lot A: Professional Qualifications
o Sub-lot B: Health & Safety Training
o Sub-lot C: Professional Development
two.1.5) Estimated total value
Value excluding VAT: £2,600,000
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: Trades - Sub-Lot D: Basic Safety Training
Lot No
4
two.2.2) Additional CPV code(s)
- 80550000 - Safety training services
- 80330000 - Safety education services
- 80500000 - Training services
- 80510000 - Specialist training services
- 80511000 - Staff training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM77 - Perth & Kinross and Stirling
- UKM76 - Falkirk
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
Provision of basic safety training courses to enable site personnel and contractors operating on process plant sites and within the renewables sector to work safely and reduce risk to themselves and others. This includes CCNSG and GWO Basic Safety Training courses. All training must comply with applicable legislation and regulations and be approved by the relevant accrediting bodies.
Training required under this sub-lot:
CCNSG (Client Contractor National Safety Group) Safety Passport
GWO Basic Safety Training
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 2: Driving - Sub-Lot A: Driving
Lot No
7
two.2.2) Additional CPV code(s)
- 80411000 - Driving-school services
- 80411100 - Driving-test services
- 80411200 - Driving lessons
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
The provision of driver and transport training to include Lorry (LGV, HGV) & Bus (PCV, PSV) Drivers. All training must be consistent with all applicable legislation and regulations and approved by the Driver & Vehicle Standards Agency (DVSA).
Training required under this sub-lot:
Medium Sized Goods Vehicles
Large Goods Vehicles - Class 2 (Rigid)
Large Goods Vehicles - Class 1
Minibuses
Buses
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 2: Driving - Sub-Lot B: Driving CPC
Lot No
8
two.2.2) Additional CPV code(s)
- 80411000 - Driving-school services
- 80411100 - Driving-test services
- 80500000 - Training services
- 80411200 - Driving lessons
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
The provision of driver and transport training to include Certificate of Professional Competence for Transport Managers both National & International, ADR/Hazardous Goods, Tachograph and Drivers Hours including Digital Tachograph and Driver CPC. Courses must be consistent with the CPC syllabus published by and approved by the Driver & Vehicle Standards Agency (DVSA).
Training required under this sub-lot:
Driver Certificate of Professional Competence (CPC)
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 3: Health and Safety - Sub-Lot A: First Aid
Lot No
9
two.2.2) Additional CPV code(s)
- 80560000 - Health and first-aid training services
- 80562000 - First-aid training services
- 80511000 - Staff training services
- 80510000 - Specialist training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
Provision of First Aid training, including First Aid at Work and Emergency First Aid courses. All training must comply with applicable health and safety legislation and be delivered by appropriately qualified trainers. Training must meet standards approved by the Health and Safety Executive (HSE).
Training required under this sub-lot:
First Aid at Work
Emergency First Aid at Work - Emergency * must include CPR and choking
First Aid at Work - Refresher
First Aid at Work - Paediatric
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 3: Health and Safety - Sub-Lot B: Health, Safety and Compliance
Lot No
10
two.2.2) Additional CPV code(s)
- 80561000 - Health training services
- 80560000 - Health and first-aid training services
- 80330000 - Safety education services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
The provision of Health and Safety Training to provide learners with the skills and knowledge to create a safe and healthy place for people to work and visit. All training must be consistent with all applicable legislation and regulations, and approved by the relevant accrediting body, IOSH (Institution of Occupational Safety and Health).
Training required under this sub-lot:
NEBOSH
IOSH
Gas Safety Awareness (level 2)
Legionella Awareness
Asbestos Awareness
Damp and mould training
Fire Safety Training
IOSH Managing Safely
Contract Management
Domestic Energy Assessments
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 3: Health and Safety - Sub-Lot C: Security
Lot No
11
two.2.2) Additional CPV code(s)
- 80600000 - Training services in defence and security materials
- 80610000 - Training and simulation in security equipment
- 80510000 - Specialist training services
- 80511000 - Staff training services
- 80530000 - Vocational training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
The provision of Security Industry Authority (SIA) Training courses to support the application for an SIA Licence, as required to work within Security. All training must be consistent with all applicable legislation and regulations and approved by the Security Industry Authority (SIA).
Training required under this sub-lot:
Door Supervisor
CCTV Operation
Security Guarding
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 4: Specialist Training - Sub-Lot A: Offshore
Lot No
12
two.2.2) Additional CPV code(s)
- 80540000 - Environmental training services
- 80530000 - Vocational training services
- 80510000 - Specialist training services
- 80500000 - Training services
- 80531000 - Industrial and technical training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
The provision of courses to meet the Aviation Regulation requirements for the UK and North Sea, and key safety courses for work in the oil and gas industry. This includes BOSIET / MIST / Rope Access / GWO. All training must be consistent with all applicable legislation and regulations, and approved by OPITO, for entry into the oil and gas sectors.
Training required under this sub-lot:
BOSIET
MIST
Rigger Stage 1
Rigger Stage 3
Rigger Stage 4
Banksman / Slinger
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 4: Specialist Training - Sub-Lot B: Electrical
Lot No
13
two.2.2) Additional CPV code(s)
- 80531000 - Industrial and technical training services
- 80531100 - Industrial training services
- 80531200 - Technical training services
- 80530000 - Vocational training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
The provision of specialist electrical courses, including the 18th Edition Wiring Regulations, as required by legislation. All training must be consistent with applicable regulations and accredited by City and Guilds (or equivalent) or the relevant accrediting body.
Training required under this sub-lot:
18th Edition Wiring Regulations (2382-22)
Gas and Vapours (EX01 - EX04) - CompEx
Initial Verification and Periodic Testing - Combined 52
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 4: Specialist Training - Sub-Lot C: Rope Access
Lot No
14
two.2.2) Additional CPV code(s)
- 80530000 - Vocational training services
- 80550000 - Safety training services
- 80330000 - Safety education services
- 80510000 - Specialist training services
- 80531000 - Industrial and technical training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
The provision of Industrial Rope Access Trade Association Training at level 1, level 2 and level 3. All provisions must be consistent with all applicable legislation and regulations and approved by IRATA (Industrial Rope Access Trade Association).
Training required under this sub-lot:
Rope Access Level 1, Level 2, Level 3 (IRATA)
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 4: Specialist Training - Sub-Lot D: Train the Painter
Lot No
15
two.2.2) Additional CPV code(s)
- 80510000 - Specialist training services
- 80530000 - Vocational training services
- 80500000 - Training services
- 80531000 - Industrial and technical training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
The provision of the internationally accredited coating applicator training programme created and developed by experts throughout the industry, Train the Painter, at Bronze, Silver and Gold Levels. All provisions must be consistent with all applicable legislation and regulations and approved by the Society for Protective Coatings (SSPC).
Training required under this sub-lot:
SSPC (Society for Protective Coatings) Train the Painter Bronze, Silver, Gold
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 4: Specialist Training - Sub-Lot E: Industrial Welding
Lot No
16
two.2.2) Additional CPV code(s)
- 80531000 - Industrial and technical training services
- 80531100 - Industrial training services
- 80531200 - Technical training services
- 80530000 - Vocational training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
The provision of training courses designed for welders, operators, line inspectors, and foremen who carry out the visual examination of welded joints, courses designed for inspection engineers and supervisory staff, and courses used by industry to evaluate the properties of a material, component, structure or systems. To include CSWIP and NDT Courses. All provisions must be consistent with all applicable legislation and regulations and approved by the relevant accrediting body.
Training required under this sub-lot:
CSWIP Visual Welding Inspector
CSWIP Welding Inspector
NDT (Non-destructive testing) - ISO 9712
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 5: Support and Care - Sub-Lot A: Professional Qualifications
Lot No
17
two.2.2) Additional CPV code(s)
- 80510000 - Specialist training services
- 80500000 - Training services
- 80530000 - Vocational training services
- 80511000 - Staff training services
- 80570000 - Personal development training services
- 80000000 - Education and training services
- 80300000 - Higher education services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
This range of SVQ (Scottish Vocational Qualifications) and leadership qualifications provides essential training for individuals working in social services, care, and management roles. From supporting adults, children, and young people to advancing leadership and supervisory skills, these qualifications are designed to develop both practical and theoretical knowledge in specific care settings. Awarded by accredited bodies such as the Scottish Qualifications Authority (SQA) or City & Guilds, these qualifications ensure that learners meet industry standards and are equipped to excel in their respective roles.
Training required under this sub-lot:
SVQ 2 (SCQF L6): Adults
SVQ 2 (SCQF L6): Children and Young People
SVQ 3 (SCQF L7): Adults
SVQ 3 (SCQF L7): Children and Young People
SVQ 4 (SCQF L9): Adults
SVQ 4 (SCQF L9): Children and Young People
SCQF L10: Leadership & Management Award
PDA in Supervision
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 30
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: SVQ Delivery Timescales, Flexibility, and Contingency Planning / Weighting: 5
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 5: Support and Care - Sub-Lot B: Health & Safety Training
Lot No
18
two.2.2) Additional CPV code(s)
- 80560000 - Health and first-aid training services
- 80561000 - Health training services
- 80330000 - Safety education services
- 80511000 - Staff training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
Health & Safety training is essential for ensuring that individuals working in various sectors are equipped with the knowledge and skills needed to work safely and in compliance with regulatory requirements. This training covers a range of topics, including food safety and manual handling, aimed at minimising risks and ensuring a safe working environment. Courses are designed to be highly practical and are often accredited by recognized bodies, providing learners with the necessary qualifications to meet industry standards.
Training required under this sub-lot:
Food Hygiene
Moving and Handling – A-D
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 5: Support and Care - Sub-Lot C: Professional Development
Lot No
19
two.2.2) Additional CPV code(s)
- 80530000 - Vocational training services
- 80511000 - Staff training services
- 80510000 - Specialist training services
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
Training and facilitation courses are designed to equip individuals with the necessary skills to deliver effective and engaging learning experiences. These qualifications focus on developing key skills such as audience engagement, group dynamics, and the ability to present information in a way that is both informative and interactive.
Training required under this sub-lot:
Outcomes
Train the Trainer
MAP & PATH
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Psss / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 1: Trades - Sub-Lot B: Construction Site Safety & Management
Lot No
2
two.2.2) Additional CPV code(s)
- 80531000 - Industrial and technical training services
- 80531100 - Industrial training services
- 80531200 - Technical training services
- 80500000 - Training services
- 80510000 - Specialist training services
- 80511000 - Staff training services
- 80530000 - Vocational training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
This suite of training courses is designed to support the development of safe and effective management and supervision practices within construction environments. Covering key areas such as site management, supervision, vehicle marshalling, street works, and equipment handling, the training ensures that participants meet all legal, regulatory, and industry standards required for their roles. All training must be delivered by appropriately accredited providers and align with current health and safety legislation.
Training required under this sub-lot:
SMSTS (Site Manager Safety Training Scheme) Full (Novice)
SMSTS (Site Manager Safety Training Scheme) Full (Refresher)
SMSTS (Site Manager Safety Training Scheme) Refresher (Novice)
SMSTS (Site Manager Safety Training Scheme) Refresher (Refresher)
SSSTS (Site Supervisor Safety Training Scheme) Novice
SSSTS (Site Supervisor Safety Training Scheme) Refresher
Vehicle Marshalling (Novice)
Vehicle Marshalling (Refresher)
New Roads and Streetworks (Novice)
New Roads and Streetworks (Refresher)
Abrasive Wheels (Novice)
Abrasive Wheels (Refresher)
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 1: Trades - Sub-Lot C: Construction Plant & Equipment
Lot No
3
two.2.2) Additional CPV code(s)
- 80550000 - Safety training services
- 80330000 - Safety education services
- 80500000 - Training services
- 80510000 - Specialist training services
- 80511000 - Staff training services
- 80530000 - Vocational training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
This group of courses provides essential training in the safe operation and maintenance of construction plant and equipment, ensuring all participants are equipped with the practical skills and theoretical knowledge to meet industry standards. Covering machinery such as MEWPs, excavators, hoists, dumpers, rollers, and telehandlers, the training is structured to meet all applicable legal and regulatory requirements. All courses must be delivered by accredited providers and lead to certification under schemes such as CPCS, NPORS, or IPAF, as appropriate to the equipment and role.
Training required under this sub-lot:
Mobile Elevated Working Platforms (MEWPS) / IPAF Operator Training (Novice)
Mobile Elevated Working Platforms (MEWPS) / IPAF Operator Training (Refresher)
Static Boom Operator (Novice)
Static Boom Operator (Refresher)
Hoist Operator (Novice)
Hoist Operator (Refresher)
Telescopic Handler (Novice)
Telescopic Handler (Refresher)
360 Excavator (Novice)
Slinger / Signaller (Novice)
Slinger / Signaller (Refresher)
Forward Tipping Dumper (Novice)
Forward Tipping Dumper (Refresher)
Ride on Roller (Novice)
Ride on Roller (Refresher)
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 1: Trades - Sub-Lot E: Forklift
Lot No
5
two.2.2) Additional CPV code(s)
- 80531100 - Industrial training services
- 80531200 - Technical training services
- 80531000 - Industrial and technical training services
- 80510000 - Specialist training services
- 80530000 - Vocational training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
The training provision shall include both Novice and Refresher courses to enable operatives to obtain Forklift Truck Operator Licences. This includes training for Counterbalance, Reach, and Combined forklift operations. The training will cover, but is not limited to, pre-use inspections, safe and efficient operation, and practical applications in various environments. All training must comply with current legislation and regulations and be delivered by accredited providers.
Training required under this sub-lot:
Counterbalance Forklift Truck - Operator's Licence (Novice)
Counterbalance Forklift Truck - Operator's Licence (Refresher)
Reach Forklift Truck - Operator's Licence (Novice)
Reach Forklift Truck - Operator's Licence (Refresher)
Counterbalance Forklift Truck and Reach Forklift Truck Combined Package - Operator's Licence (Novice)
Counterbalance Forklift Truck and Reach Forklift Truck Combined Package - Operator's Licence (Refresher)
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 1: Trades - Sub-Lot F: Grounds Maintenance
Lot No
6
two.2.2) Additional CPV code(s)
- 80500000 - Training services
- 80511000 - Staff training services
- 80530000 - Vocational training services
- 80531000 - Industrial and technical training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
This training provision supports the safe and effective use of grounds maintenance equipment and techniques, including strimmer’s, mowers, hedge trimmers, leaf blowers, and pesticide application. Courses are designed to ensure operatives can competently operate tools and machinery in accordance with relevant health, safety, and environmental regulations. All training must be delivered by appropriately accredited providers.
Training required under this sub-lot:
Strimmer Use
Ride on Mower
Hedge trimmers
PA1, PA6 spraying
Pedestrian Mower
Leaf Blower
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Lot 1: Trades - Sub-Lot A: Construction Health and Safety
Lot No
1
two.2.2) Additional CPV code(s)
- 80511000 - Staff training services
- 80500000 - Training services
- 80510000 - Specialist training services
- 80570000 - Personal development training services
- 80531000 - Industrial and technical training services
- 80330000 - Safety education services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
- UKM72 - Clackmannanshire and Fife
- UKM76 - Falkirk
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.
two.2.4) Description of the procurement
Provision of courses covering Health and Safety in a Construction Environment, enabling participants to gain the knowledge and certification required to obtain the CSCS (Construction Skills Certification Scheme) Green Card.
Training required under this sub-lot:
CSCS Training & Test
two.2.5) Award criteria
Quality criterion - Name: Supplier Information - Intended Lot(s) / Weighting: Information Only
Quality criterion - Name: Prompt Payment in the Supply Chain / Weighting: Pass / Fail
Quality criterion - Name: Fair Work / Weighting: 5
Quality criterion - Name: Real Living Wage / Weighting: Information Only
Quality criterion - Name: Community Benefits / Weighting: 5
Quality criterion - Name: Training Delivery Approach / Weighting: 35
Quality criterion - Name: Health and Safety Arrangements / Weighting: 10
Quality criterion - Name: Enhancing Trainee Employability / Staff Development / Weighting: 10
Quality criterion - Name: Measuring Outcomes and Continuous Improvement / Weighting: 10
Quality criterion - Name: Accessibility / Weighting: 25
Quality criterion - Name: Account Management / Weighting: Information Only
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.
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.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance:
Minimum level(s) of standards possibly required
● Employers Liability - Statutory minimum indemnity limit of TEN MILLION POUNDS (10,000,000 GBP) STERLING each and every claim
● Public Liability - A minimum indemnity limit of FIVE MILLION POUNDS (5,000,000 GBP) STERLING each and every claim
● Professional Risk Indemnity - A minimum indemnity limit of FIVE MILLION POUNDS (5,000,000 GBP) STERLING each and every claim
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Qualifications and accreditations required from each lot and sub-lot are listed within under Appendix A – Specification and Scope of Service of the ITT document.
Bidders will be required to provide two relevant examples of similar previous contracts delivered during the past five years.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Six (6) monthly meetings will be held with Training Providers as part of the framework management process. These meetings will be mandatory for any Training Provider that has received a call-off under the framework prior to the scheduled meeting.
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: 2025/S 000-012057
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 June 2025
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
26 June 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: On expiry of this framework agreement, either following extensions or before if extensions are not undertaken
six.3) Additional information
Scotland Excel is acting on behalf of Kingdom Housing Association in the execution of this tender but will not be party to the contract or the management of the contract throughout its lifetime.
Other organisations which may call off from a framework established as a result of this tender are:
Glen Housing Association
Ore Valley Housing Associations
Fife Council
Forth HA
Ochilview HA
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=799656.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
Under this Framework awarded suppliers will be required to support Kingdom Housing Association (KHA) economic, environmental and social regeneration objectives to achieve wider benefits when spend exceeds 50,000 GBP within a financial year.
Suppliers will be required to delivery Community Benefits during the financial year following each instance that spend within a financial year exceeds the 50,000 GBP threshold.
(SC Ref:799656)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=799656
six.4) Procedures for review
six.4.1) Review body
Kircaldy Sheriff Court
St Bryceland Avenue
Kirkcaldy
KY1 1XQ
Country
United Kingdom