Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Corporate Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Kirsty.Munro@inverclyde.gov.uk
Telephone
+44 1475712634
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Employability Services in Inverclyde
Reference number
CP0414/ECD
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
This invitation to Tender contains the details of three Specifications:-
Lot 1: End to End Employability Services
Lot 2: Addressing Health Barriers to Employment
Lot 3: Employer Engagement & Support
Lot 4: Employment Advice, Advocacy & Guidance
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
Addressing Health Barriers to Employment
Lot No
2
two.2.2) Additional CPV code(s)
- 75121000 - Administrative educational services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Employer Engagement & Support In-Work Training & Support
two.2.5) Award criteria
Quality criterion - Name: Quality criterion: Delivery Methodology / Weighting: 10 / Weighting: 10
Quality criterion - Name: Resources & Expertise, Management & Reporting of Contract / Weighting: / Weighting: 17
Quality criterion - Name: Output & Performance / Weighting / Weighting: 10
Quality criterion - Name: Fair Working Practices / Weighting / Weighting: 3
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2023
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 1 year period 1st April 2023 until 31st March 2024
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Employer Engagement & Support
Lot No
3
two.2.2) Additional CPV code(s)
- 75121000 - Administrative educational services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Addressing Health Barriers to Employment
two.2.5) Award criteria
Quality criterion - Name: Delivery Methodology / Weighting / Weighting: 10
Quality criterion - Name: Resource & Expertise, Management & Reporting of Contract / Weighting / Weighting: 17
Quality criterion - Name: Output & Performance / Weighting / Weighting: 10
Quality criterion - Name: Fair Working Practices / Weighting / Weighting: 3
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2023
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 1 year period 1st April 2023 until 31st March 2024
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Employment Advice, Advocacy & Guidance
Lot No
4
two.2.2) Additional CPV code(s)
- 75121000 - Administrative educational services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
Employment Advice, Advocacy & Guidance
two.2.5) Award criteria
Quality criterion - Name: Delivery Methodology / Weighting / Weighting: 10
Quality criterion - Name: Resources & Expertise, Management & Reporting of Contract / Weighting / Weighting: 17
Quality criterion - Name: Output & Performance / Weighting / Weighting: 10
Quality criterion - Name: Fair Working Practices / Weighting / Weighting: 3
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2023
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 1 year period 1st April 2023 until 31st March 2024
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
End to End Employability Services
Lot No
1
two.2.2) Additional CPV code(s)
- 75121000 - Administrative educational services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
End to end employability services.
two.2.5) Award criteria
Quality criterion - Name: Delivery Methodology / Weighting: / Weighting: 10
Quality criterion - Name: Resources & Expertise, Management & Reporting of Contract / Weighting / Weighting: 17
Quality criterion - Name: Output & Performance / Weighting: 10
Quality criterion - Name: Fair Working Practices / Weighting: / Weighting: 3
Price - Weighting: 60%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2023
This contract is subject to renewal
Yes
Description of renewals
Option to extend for a further 1 year period 1st April 2023 until 31st March 2024
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following:
(a) Where the tenderers Dun & Bradstreet risk indicator is 3 or better, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check).
OR
(b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check).
PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW:
APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT’S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK.
You must provide your average yearly turnover for the last 2 years.
Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted.
If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question.
If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant
experience to deliver Employability Services. Examples must be of a similar size and nature to this contract opportunity. If tendering for
more than one lot, examples must be provided for each Lot.
Hanlon Management System:
It will be a condition of contract that the successful tenderer(s) will use the web hosted Hanlon Management Information System or
equivalent to track client progress towards sustainable employment and to enable data sharing between Employability Skills Pipeline
providers and key stakeholders.
Protection of Vulnerable Groups Scheme (PVG) and Disclosure Scotland Checked:
On 28th February 2011, The Scottish Government introduced a new membership scheme to replace and improve upon the current
disclosure arrangements for people who work with vulnerable groups.
It is a requirement that any employee working with a vulnerable adult/young person on this contract are PVG registered or Disclosure
Checked. Membership details will be required to be displayed to a nominated Council Officer prior to commencement of the contract.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
11 January 2022
Local time
12:00pm
Changed to:
Date
14 January 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 January 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
Economic Operators may be excluded from the competition if they are in any of the situations referred to in regulation 58 of the Public
Contract (Scotland) Regulations 2015.
***
INSURANCE (SPD 4B):
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,
the types and levels of insurance indicated below:
Employer`s (Compulsory) Liability Insurance = 5 million GBP
Public Liability Insurance = 5 million GBP
Professional Indemnity Insurance = 1 million GBP
Data Protection/Cyber Risk Insurance = no less than 250k GBP
***
SPD 4C SUBCONTRACTORS
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
***
SPD 4D ENVIRONMENTAL MANAGEMENT STANDARDS
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or
equivalent) or a valid EMAS (or equivalent) certificate OR hold the information contained in the buyer attachment area in PCS-T (file
name "Contract Notice Additional Information")
***
SPD 4D QUALITY MANAGEMENT PROCEDURES
The bidder must hold a UKAs (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO
9001 (or equivalent) OR hold the information contained in the buyer attachment area in PCS-T (file name "Contract Notice Additional Information")
***
HEALTH & SAFETY
The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS
18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in
registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the buyer attachment
area in PCS-T (file name "Contract Notice Additional Information") SPD Health & Safety.
***
It will also be a condition of contract that Tenderers comply with Inverclyde Council`s General Conditions of Contract, Special Conditions of Contract, Specification & Contract Information for Tenderers. It will also be a condition of contract that the successful Tenderer enter into a Data Sharing Agreement with Inverclyde Council.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19656. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19656. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:675874)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House,1 Nelson Street,
Greenock
PA15 1TR
Country
United Kingdom