- Scope of the procurement
- Lot 1. Management and Leadership Accredited Development
- Lot 2. Management and Leadership Competence External Quality Assurance
- Lot 3. Management and Leadership Development Materials/Resources
- Lot 4. Health and Safety Accredited Leadership Development
- Lot 5. Thought Leadership Programmes, Seminars and Networks
- Lot 6. Leadership Coaching
- Lot 7. Leadership Development Psychometrics
Section one: Contracting authority
one.1) Name and addresses
Scottish Fire and Rescue Service
Headquarters, Westburn Drive
Cambuslang
G72 7NA
ashley.gould@firescotland.gov.uk
Telephone
+44 1416464637
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19543
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Leadership Development Services
Reference number
T3C-072-2122
two.1.2) Main CPV code
- 79633000 - Staff development services
two.1.3) Type of contract
Services
two.1.4) Short description
Leadership Development Services
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
7
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
All lots or groups of lots as objective evaluation shows to be the most econmically advantageous
two.2) Description
two.2.1) Title
Management and Leadership Accredited Development
Lot No
1
two.2.2) Additional CPV code(s)
- 80532000 - Management training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
Chartered Management Institute accredited management and leadership qualifications reflecting different leadership levels within The Service – Supervisory; Middle, Strategic and Executive
two.2.5) Award criteria
Quality criterion - Name: Technical Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Additional services relevant and related to the published core requirements
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
Middle Manager Level
Achievement of Chartered Management Institute Level 5 Diploma
Strategic Manager Level
Achievement of Chartered Management Institute Level 7 Advanced Diploma
Achievement of the National Fire Chief Council Executive Leadership Programme
Executive Manager Level
Achievement of Chartered Management Institute Level 8 Diploma
two.2) Description
two.2.1) Title
Management and Leadership Competence External Quality Assurance
Lot No
2
two.2.2) Additional CPV code(s)
- 80532000 - Management training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
External assurance of competence reflecting different leadership levels within the organisation
two.2.5) Award criteria
Quality criterion - Name: Technical Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Addiitional services relevant to the scope of the overall requirement
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
Implementation of a quality assurance and external verification system to support the application of good practice in implementing the verification process for SFRS Leadership Levels [Crew, Watch, Station, Group and Area] assessment of competence as detailed within the Code of Practice for Assessment of Competence [see Fire and Rescue Service Role Maps and NOS separate document]
two.2) Description
two.2.1) Title
Management and Leadership Development Materials/Resources
Lot No
3
two.2.2) Additional CPV code(s)
- 80532000 - Management training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
THroughout Scotland
two.2.4) Description of the procurement
Provision of leadership development programmes and resources (including self-directed learning)
two.2.5) Award criteria
Quality criterion - Name: Technical Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Additional services relevant to the overall scope of the requirement.
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
Access to a range of current management and leadership digital/virtual/online resources that are maintained in line with national and global leading-edge trends and practice to develop the Service’s leadership skills, behaviours and mindsets.
two.2) Description
two.2.1) Title
Health and Safety Accredited Leadership Development
Lot No
4
two.2.2) Additional CPV code(s)
- 80532000 - Management training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
Appropriate understanding of Health and Safety issues and role-specific responsibilities for managers
two.2.5) Award criteria
Quality criterion - Name: Techncial Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Additional relevant services within the overall scope of the requirement
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
Supervisory Manager Level, achievement of IOSH Managing Safely Qualification. Middle Manager Level, achievement of NEBOSH General Certificate Qualification. Strategic Manager Level, Achievement of IOSH Leading Safely Qualification. Executive Manager Level, Achievement of IOSH Leading Safely Qualification
two.2) Description
two.2.1) Title
Thought Leadership Programmes, Seminars and Networks
Lot No
5
two.2.2) Additional CPV code(s)
- 80532000 - Management training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
Provision thought leadership and leadership insight at the leading edge of leadership theory and practice
two.2.5) Award criteria
Quality criterion - Name: Technical Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Additional relevant services within the overall scope of the requirements
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
Access to a leading-edge management and leadership thought leaders to develop the Service’s leadership mindset, climate and practice in leading beyond authority and delivering positive impact in large complex systems with increasingly diverse stakeholders
two.2) Description
two.2.1) Title
Leadership Coaching
Lot No
6
two.2.2) Additional CPV code(s)
- 80532000 - Management training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
Provision of ad-hoc and bespoke executive coaching to meet specific needs of The Service senior leaders as individuals and collectively as a leadership team
two.2.5) Award criteria
Quality criterion - Name: Techncial Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Additional relevant services within the overall scope of the requrement.
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
To establish a bank of executive coaches that Senior Leadership can engage with and select from, on an as and when needed basis, for individual and/or team based executive coaching.
two.2) Description
two.2.1) Title
Leadership Development Psychometrics
Lot No
7
two.2.2) Additional CPV code(s)
- 80532000 - Management training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Throughout Scotland
two.2.4) Description of the procurement
Provision of baseline psychometric information to guide individualised development planning in pursuit of effective leadership succession planning
two.2.5) Award criteria
Quality criterion - Name: Technical Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Additional relevant services within the overall scope of the requirement.
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
Utilising psychometric assessments to enable increased self-awareness and understanding that underpin the development of leadership mindset, behaviours and practice required by the service now and in the future for all Service leadership levels
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
Current Ratio, Net Assets (Total Assets minus Total Liabilities), Three Years' Continuous Profitable Trading
Minimum level(s) of standards possibly required
Current Ratio: Current ratio must be greater than 1.0 for each year for the last three years. This will be assessed by the Contracting Authority by reference to an independent financial reporting service
Net Assets (Total Assets minus Total Liabilities). This must be positive (greater than zero) each year for the last three years. This will be assessed by the Contracting Authority by reference to an independent financial reporting service
Three Years' Continuous Profitable Trading: The Candidate should demonstrate three years' continuous profitable trading over the last three years of trading. This will be assessed by the Contracting Authority by reference to an independent financial reporting service. Any period negative profitability is to be explained in detail by the Candidate: this explanation will be taken into the reasonable consideration of the Contracting Authority in assessing Submissions. Where the Contracting Authority is satisfied with the explanation and overall financial viability of the Candidate, it reserves the right to proceed with the Candidate's application
The Contracting Authority notes its obligation under Regulation 60(9) sating that: “(9) Before awarding the contract, except a contract based on a framework agreement concluded in accordance with regulation 34(6) or (7)(a) (framework agreements), the contracting authority must require the tenderer to which it has decided to award the contract to submit up-to-date supporting documents in accordance with regulation 61 (means of proof)
However, in submitting an application, the Candidate understands and accepts the Contracting Authority’s right under Regulation 61 (8) to consider means of proof which it deems appropriate: “Where, for any valid reason, the economic operator is unable to provide the references or other information required by the contracting authority, it may prove its economic and financial standing by any other document which the contracting authority considers appropriate”
three.1.3) Technical and professional ability
List and brief description of selection criteria
The successful Service Provider will be required to demonstrate successful delivery of the required services over a widespread and geographically and economically diverse area, specifically including the successful delivery of community benefits as required by this contract
Certification in terms of Quality Management (ISO9000); Environmental (ISO 14000); Health and Safety (ISO18000); and Business Continuity (ISO22301)
Minimum level(s) of standards possibly required
Demonstration of successful delivery of similar requirements to at least one similarly large and complex organisation over the last three years
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 7
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 February 2022
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 February 2022
Local time
12:00pm
Place
Inverness
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: October 2025
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
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=677226.
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.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Service views this contract as being one in which the requirement for all of its service providers to be accredited Real Living Wage Employers. Please confirm that throughout the period of the contract you will ensure that staff engaged on this contract will be paid the current Real Living Wage rate at all times. Please also advise how you will build in support for all aspects of socio-economic sustainability into your solutions, advancing equality of opportunity and social justice both for your own staff and any sub-contractors’ staff, but importantly for the Service’s staff.
(SC Ref:677226)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9TW
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Scottish Fire and Rescue Service (SFRS) must, by notice in writing as soon as possible after the decision has been made, inform all
tenderers and candidates of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing
system. The SFRS will incorporate a minimum 10 calendar day standstill at the point information on the contract award is communicated to
tenderers. The SFRS is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sheriff Court
or the Court of Session where as a consequence of a breach by the SFRS, they suffer or risk suffering loss or damage. The bringing of court
proceedings during the standstill period means that the SFRS must not enter into the contract, conclude the framework agreement or
establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order,
brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available
to the courts are detailed in the regulations.