Tender

Flexible Framework Entry Point 2 for Vocational and Skills Based Interventions

  • North Lanarkshire Council

F21: Social and other specific services – public contracts (contract notice)

Notice identifier: 2022/S 000-029641

Procurement identifier (OCID): ocds-h6vhtk-02a9c1

Published 20 October 2022, 4:02pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

reidgra@northlan.gov.uk

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.northlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Flexible Framework Entry Point 2 for Vocational and Skills Based Interventions

Reference number

NLC-CPT-21-013 EP2

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

North Lanarkshire Council (the "Council") have already established a Flexible Framework Agreement (see https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP427200) with multiple external learning Contractors to deliver vocational and skill-based interventions across a variety of subject areas.

.

The aim of this Framework is to enhance the employability skills and post school pathways that will better equip our young people for the world of work. A significant focus of this framework will be to ensure adequate specialist provision is available for our schools and programmes supporting pupils from priority and target groups.

.

The original Framework was setup for a duration of 4 years, with the included options for Tenderers to apply to the framework in years 2, 3 and 4. This notice is for Entry Point 2, which is is applicable for any potential provider/provision that is not already on the Framework.

.

The framework will not include vocational and skills-based interventions delivered by further education colleges/universities or any provision delivered under school college partnership arrangements.

.

This contract award procedure is being carried out in accordance with The Public Contracts (Scotland) Regulations 2015, Regulation 74.

two.1.5) Estimated total value

Value excluding VAT: £4,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80200000 - Secondary education services
  • 80340000 - Special education services
  • 80212000 - Vocational secondary education services

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

North Lanarkshire

two.2.4) Description of the procurement

The following information is intended to give potential Tenderers an overview of the high level requirements.

.

The primary aim of this framework is to enhance the curricular offering linked to young people’s employability skills and post school pathways, that will better equip our young people for the world of work.

.

The offering will focus on the following areas:

-Universal Offer – Mainstream Pupils

-Additional Offer – ASN Pupils

-Intensive Offer – Vulnerable Pupils

.

Desirable subject areas for these pupils include however is not exhaustive:

-Acting & Theatre Performance

-Automotive Engineering

-Beauty Care

-Civil Engineering

-Construction

-Creative Digital Media

-Dance

-Digital Game Development

-Early Learning & Childcare

-Employability Skills

-Engineering

-Food & Drink Technology

-Hairdressing

-Health & Safety

-Health & Social Care

-Hospitality

-It Hardware

-IT Software

-Make Up Artistry

-Music Technology

-Professional Cookery

-Rural, Horticultural & Outdoor Skills

-Scientific Technologies

-Sensory Arts

-Sound Production

-Sports Development

-Uniformed Service

.

Tenderers may make proposals for courses in one or more subject areas if they are an approved/accredited centre within a recognised skills sector and have delivery staff/trainers with relevant qualifications to deliver to school pupils within their sector.

.

Contractors must be available to deliver courses during the Council’s academic year: August – June. Provision will range from full year courses to shorter bespoke interventions taking place over a school term.

.

Further to this overview, a detailed specification is contained within the Tender Pack which is accessible (and downloadable) from the Buyer Attachment area within the PCS-T Tendering System.

.

Tenderers must respond to Selection Questions within the PCS-T Qualification Envelope;

.

Tenderers must complete Award Questions and Statements located within the PCS-T Technical Envelope.

.

Tenderers must download and complete a Pricing Schedule located within the PCS-T Commercial Envelope.

.

two.2.6) Estimated value

Value excluding VAT: £4,800,000

two.2.7) Duration of the contract or the framework agreement

Duration in months

48

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

PLEASE BE AWARE OF THE EXCLUSION GROUNDS:

Economic Operators may be excluded from this competition if they are in any of 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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

Full details of the objective rules and criteria for participation are contained within the ITT document. Please refer to I.3 Communication within this Notice.

.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

.

Please refer to the ITT documentation for all contract performance conditions.

.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Form of procedure

Open procedure

four.1.10) Identification of the national rules applicable to the procedure

Information about national procedures is available at: https://www.legislation.gov.uk/ssi/2015/446/part/2/chapter/3/crossheading/social-and-other-specific-services

four.1.11) Main features of the award procedure

Single-stage procedure.

.

Tender Application: Tenderers must complete an SPD and provide proposals for Service Provision.

Tenders must be submitted via PCS-T only.

.

Tender responses will be scored by a tender evaluation panel from within the Council.

.

This is Entry Point 2. Further entry points will adhere to the same Tender Application process.

.

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-008784

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

Date

22 November 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

TENDERERS PLEASE NOTE:

.

Late Tenders will not be considered under any circumstances.

--

The Council will not provide additional notification to any Bidder of the rejection of a late Tender.

--

For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council.

.

.

Police Scotland identified a number of business areas that have a high risk of infiltration by Serious and Organised Crime groups; this Framework belongs to one such area and as such the Council reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland.

The tender pack includes a schedule for the Declaration of non-involvement in serious organised crime; this is a mandatory tender submission requirement for all tenderers.

.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22676. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

This Flexible Framework is not providing any guarantee of work; any contracts will be across a vast number of learning providers and it is therefore overly complex to achieve useage at this stage and it is anticipated that none of them would reach the threshold where it would be reasonable to expect Community Benefits to be accrued.

.

The nature of this Framework already has benefits to the community ingrained within it as the sole purpose is to enhance the employability skills and post school pathways that will better equip our young people for the world of work. A significant focus of this Framework will be to ensure adequate specialist provision is available for our schools and programmes supporting pupils with complex and additional needs.

.

(SC Ref:704041)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.

.