Tender

Training Provider Framework

  • Kingdom Housing Association Limited

F02: Contract notice

Notice identifier: 2025/S 000-027884

Procurement identifier (OCID): ocds-h6vhtk-04fac9

Published 27 May 2025, 5:07pm



Section one: Contracting authority

one.1) Name and addresses

Kingdom Housing Association Limited

Saltire Centre, Pentland Court

Glenrothes

KY6 2DA

Contact

Holly Thomson

Email

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