Tender

Framework Agreement for the Provision of Bikeability National Standard Training

  • Staffordshire County Council

F02: Contract notice

Notice identifier: 2023/S 000-036150

Procurement identifier (OCID): ocds-h6vhtk-042295

Published 7 December 2023, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

Staffordshire County Council

1 Staffordshire Place

Stafford

ST16 2DH

Contact

Ellie Butler

Email

ellie.butler@staffordshire.gov.uk

Telephone

+44 1785277026

Country

United Kingdom

Region code

UKG2 - Shropshire and Staffordshire

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.staffordshire.gov.uk/Homepage.aspx

Buyer's address

https://supplierlive.proactisp2p.com/Account/Login

one.3) Communication

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

https://supplierlive.proactisp2p.com/Account/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://supplierlive.proactisp2p.com/Account/Login

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

Framework Agreement for the Provision of Bikeability National Standard Training

Reference number

IA3256

two.1.2) Main CPV code

  • 80500000 - Training services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement aims to ensure a suitable provider is awarded for the provision of Bikeability Cycle Training for Staffordshire County Council.

two.1.5) Estimated total value

Value excluding VAT: £1,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKG2 - Shropshire and Staffordshire

two.2.4) Description of the procurement

The council are looking for one provider, to deliver in all schools across 8 districts for all levels.

As per Active Travel England, Department for Transport grant conditions.

The provider must be registered as a Scheme Provider with Bikeability Trust and have experience of delivering all levels of Bikeability and modules of B+ to large numbers of trainees to the national standard.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £1,800,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

Option to extend by 12 months - 01 April 2026 - 31 March 2027

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option to extend by 12 months - 01 April 2026 - 31 March 2027.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

From the commencement date and for the full term of the framework agreement, providers must be a registered Scheme Provider with Bikeability Trust. All instructors must be Enhanced DBS cleared.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

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 a single operator

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

Date

16 January 2024

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 January 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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

This is an electronic tender. All submission must be made via the formal Contracting Authority electronic tendering platform. All requests for information to be sent through the electronic tendering portal and message facility on the Proactis electronic tendering system. How to register - follow the link to Proactis electronic tendering: - https://supplierlive.proactisp2p.com/Account/Login.

If you require urgent assistance regarding the initial usage of the e-Tendering package please contact the Contracting Authority point-of-contact in Section I.1 of this notice. On failure to reach this contact, please immediately email the nature of the difficulty to commercial.team@staffordshire.gov.uk .This procurement is for a Framework Agreement between the appointed providers(s) and the Contracting Authority, to supply predominately services on an ad-hoc call-off basis, as and when required. The Contracting Authority or its public sector partners/Customers makes no guarantee as to the volume of business on offer or to be awarded, and any volumes given are indicative only and intended as a general guide. There is no commitment at the time of tendering from any parties outside of the Contracting Authority and this should be taken into consideration when bidding. All framework management, post-tender, will be in accordance with the Public Contracts Regulations 2015. The call-off orders will be allocated by terms laid down in the framework. Please see the tender documentation for further details.

The Contracting Authority also reserves the right to operate a public tender or quotations outside of the framework where so required. As part of the Governments National Procurement Strategy, collaborative working and supporting other Authorities now forms part of the Contracting Authority's procurement remit.

Legal form of groups of providers: - no special legal form is required by the grouping of providers but each provider will be required to become jointly or severally responsible for the contract before acceptance. For reference the following website outlines the Contracting Authority's policy on the Community Right to Challenge: - http://www.staffordshire.gov.uk/business/procurement/Community-Right-to-Challenge/Community-Right-to-Challenge.aspx

six.4) Procedures for review

six.4.1) Review body

Staffordshire County Council

Stafford

Country

United Kingdom