Tender

Employability Flexible Framework

  • Stirling Council
  • Clackmannanshire Council

F02: Contract notice

Notice identifier: 2024/S 000-038488

Procurement identifier (OCID): ocds-h6vhtk-04c0dd

Published 28 November 2024, 3:24pm



The closing date and time has been changed to:

22 January 2025, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Stirling Council

Procurement, Teith House

Stirling

FK7 7QA

Email

crawfordja@stirling.gov.uk

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.stirling.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146

one.1) Name and addresses

Clackmannanshire Council

Kilncraigs, Greenside Street

Alloa

FK10 1EB

Email

Procurement@clacks.gov.uk

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.clacks.gov.uk/business/corporateprocurementprocess/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00260

one.2) Information about joint procurement

The contract involves joint procurement

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

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 Flexible Framework

Reference number

SC2324-0174

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

Stirling Council and Clackmannanshire Council are seeking to award a flexible framework for the provision of employability support services. There will be three separate lots.

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

Engagement and Barrier Removal

Lot No

1

two.2.2) Additional CPV code(s)

  • 79611000 - Job search services
  • 80000000 - Education and training services
  • 85300000 - Social work and related services
  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80521000 - Training programme services
  • 80530000 - Vocational training services
  • 80570000 - Personal development training services
  • 80533000 - Computer-user familiarisation and training services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Stirling & Clackmannanshire

two.2.4) Description of the procurement

Providers will be required to demonstrate significant levels of understanding and experience in successfully identifying the barriers that affect people’s participation in employability support, together with detail around a range of strategies and approaches that they would then employ to help people tackle barriers. Providers should also be able to demonstrate the impact of the support that their work has had on participants.

This will cover Stages 1 and 2 of the Employability Pipeline.

two.2.5) Award criteria

Quality criterion - Name: MS1 Project Team / Weighting: 20

Quality criterion - Name: MS2 Programme Delivery / Weighting: 20

Quality criterion - Name: MS3 Contract Management / Weighting: 20

Quality criterion - Name: MS4 Risk Management / Weighting: 10

Quality criterion - Name: MS5 Added Value and Innovation / Weighting: 10

Quality criterion - Name: MS6 Sustainability / Weighting: 5

Quality criterion - Name: MS7 Health and Safety / Weighting: 5

Quality criterion - Name: MS8 Community Benefits / Weighting: 5

Quality criterion - Name: MS9 Fair Working Practices / Weighting: 5

Price - Weighting: 0

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: 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

11.2.10 (Variants)- Owing to the vastness of employability services, variants may be required.

two.2) Description

two.2.1) Title

Vocational Training and Work Related Skills

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 79611000 - Job search services
  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80521000 - Training programme services
  • 80530000 - Vocational training services
  • 80533000 - Computer-user familiarisation and training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Stirling and Clackmannanshire.

two.2.4) Description of the procurement

Providers will be required to demonstrate a range of experience in delivering pre-employment training opportunities. This may include those in specific sectors like hospitality, tourism, construction and social care. Any experience of delivering work experience opportunities should clearly show how these prepare people for work, and how they support individuals to build a work ethic.

This will cover Stages 3 and 4 of the Employability Pipeline.

two.2.5) Award criteria

Quality criterion - Name: MS1 Project Team / Weighting: 20

Quality criterion - Name: MS2 Programme Delivery / Weighting: 20

Quality criterion - Name: MS3 Contract Management / Weighting: 20

Quality criterion - Name: MS4 Risk Management / Weighting: 10

Quality criterion - Name: MS5 Added Value and Innovation / Weighting: 10

Quality criterion - Name: MS6 Sustainability / Weighting: 5

Quality criterion - Name: MS7 Health and Safety / Weighting: 5

Quality criterion - Name: MS8 Community Benefits / Weighting: 5

Quality criterion - Name: MS9 Fair Working Practices / Weighting: 5

Price - Weighting: 0

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: 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

11.2.10 (Variants) - Owing to the vastness of employability services, variants may be required.

two.2) Description

two.2.1) Title

In-Work Support and Work Based Training

Lot No

3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80500000 - Training services
  • 80510000 - Specialist training services
  • 80530000 - Vocational training services
  • 80521000 - Training programme services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Stirling & Clackmannanshire

two.2.4) Description of the procurement

Providers will be required to demonstrate a track record of supporting people to retain employment, along with an ability to build meaningful relationship with employers (and the wider workforce), supporting both employers and participants to find creative solutions to difficult work place situations which may arise and be able to detail how these approaches have supported job sustainment.

This will cover Stage 5 of the Employability Pipeline.

two.2.5) Award criteria

Quality criterion - Name: MS1 Project Team / Weighting: 20

Quality criterion - Name: MS2 Programme Delivery / Weighting: 20

Quality criterion - Name: MS3 Contract Management / Weighting: 20

Quality criterion - Name: MS4 Risk Management / Weighting: 10

Quality criterion - Name: MS5 Added Value and Innovation / Weighting: 10

Quality criterion - Name: MS6 Sustainability / Weighting: 5

Quality criterion - Name: MS7 Health and Safety / Weighting: 5

Quality criterion - Name: MS8 Community Benefits / Weighting: 5

Quality criterion - Name: MS9 Fair Working Practices / Weighting: 5

Price - Weighting: 0

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: 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

11.2.10 (Variants) - Owing to the vastness of employability services, variants may be required.


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 are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

a. Employers (Compulsory) Liability Insurance - GBP10m

b. Public Liability Insurance - GBP5m

c. Professional Indemnity - GBP2m

Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.

In order to protect the interests of both your organisation and Stirling Council, we will undertake a financial standing check on your organisation, and reserve the right not to take your application further should you not meet our requirements for this commission.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Tenderers will be required to provide two examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work.


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: 50

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

Originally published as:

Date

17 January 2025

Local time

12:00pm

Changed to:

Date

22 January 2025

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

four.2.7) Conditions for opening of tenders

Date

17 January 2025

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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=784427.

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.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

This is a flexible framework agreement.

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:

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

(SC Ref:784427)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=784427

six.4) Procedures for review

six.4.1) Review body

Stirling Sheriff Court

Stirling

Country

United Kingdom