Back to tenders & grants page
Sector-Based Work Academy Programme - Care Sector Education & Training, Pharmaceutical & Medical Sector-Based Work Academy Programme - Care Sector
Receive Tenders like this by email

Sector-Based Work Academy Programme - Care Sector

Sector-Based Work Academy Programme - Care Sector has been closed on 21 Apr 2021. It no longer accepts any bids. For further information, you can contact the Renfrewshire Council

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

Renfrewshire Council

Industry:

Education & Training

Pharmaceutical & Medical

Status:

Closed

Timeline

Published:

18 Mar 2021

Deadline:

21 Apr 2021

Value:

Not available

Contacts

Phone:

+44 1416186362

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409853

Contract Notice (below OJEU threshold)

Section I: Contracting authority

I.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

UK

Contact person: Chloe Mitchell

Telephone: +44 1416186362

E-mail: [email protected]

NUTS: UKM83

Internet address(es)

Main address: http://www.renfrewshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

I.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Sector-Based Work Academy Programme - Care Sector

Reference number: RC-CPU-20-413

II.1.2) Main CPV code

80500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Renfrewshire Council seeks a suitably qualified Training Provider to deliver sector specific training linked to employment opportunities in the Care Sector. This training programme will prepare participants and equip them to progress to employment within the Care Sector. Renfrewshire Council wish to deliver this contracted training programme as a Sector-Based Work Academy Programme (SWAP). SWAPs are designed to help employers recruit as well as preparing the future workforce with the rights skills, attributes and knowledge to progress to a successful career. The service being contracted is to deliver up to 8 courses over the duration of the contract for up to 10 participants per course.

II.1.5) Estimated total value

Value excluding VAT: 96 000.00 GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

80510000

80521000

80561000

II.2.3) Place of performance

NUTS code:

UKM83


Main site or place of performance:

Renfrewshire

II.2.4) Description of the procurement

Renfrewshire Council seeks a suitably qualified Training Provider to deliver sector specific training linked to employment opportunities in the Care Sector. This training programme will prepare participants and equip them to progress to employment within the Care Sector. Renfrewshire Council wish to deliver this contracted training programme as a Sector-Based Work Academy Programme (SWAP). SWAPs are designed to help employers recruit as well as preparing the future workforce with the rights skills, attributes and knowledge to progress to a successful career. The service being contracted is to deliver up to 8 courses over the duration of the contract for up to 10 participants per course.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 96 000.00 GBP

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

Start: 01/06/2021

End: 31/12/2022

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

European Structural Funds Programme

II.2.14) Additional information

Further information on the specific weightings can be found in the tender documentation.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

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

List and brief description of conditions:

The provider must ensure that all staff involved in the delivery of the service must be appropriately trained.

Tenderers are required to provide a minimum of two relevant examples of previous services delivered of a similar specification and size.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Tenderers will be required to satisfy following minimal levels of standards relating to economic and financial standing.

Tenderers are required to confirm they already have or can commit to obtain, prior to the commencement of the contract, the levels of

insurance cover indicated below:

Professional Risk Indemnity: 1,000,000 GBP (ONE MILLION POUNDS) in the aggregate

Employer's (Compulsory) Liability: minimum indemnity limit of 5,000,000 GBP (FIVE MILLION POUNDS) each and every claim

Public Liability: in the sum of not less than 1,000,000 (ONE MILLION POUNDS), each and every claim

Statutory Third Party Motor vehicle insurance


Minimum level(s) of standards required:

Professional Risk Indemnity: 1,000,000 GBP (ONE MILLION POUNDS) in the aggregate

Employer's (Compulsory) Liability: minimum indemnity limit of 5,000,000 GBP (FIVE MILLION POUNDS) each and every claim

Public Liability: in the sum of not less than 1,000,000 (ONE MILLION POUNDS), each and every claim

Statutory Third Party Motor vehicle insurance

Tenderers will be required to hold a Dun & Bradsheet (D&B) failure score of 20 or above, where a provider does not hold a failure score

two (2) years audited accounts will be required.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Tenderers are required to meet the following levels of standard


Minimum level(s) of standards required:

Tenderers are required to provide a minimum of two relevant examples of previous services delivered of a similar specification and

contract size.

Tenderers must ensure all staff are appropriately trained and qualified for the delivery of this contract.

Tenderers are required to provide details of the environmental management measures which the tenderer will be able to use when performing the contract.

Tenderers should provide details of their documented Quality Management standard and process, this should be evidenced.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

This contract will be subject to Renfrewshire Council's contract management.

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 21/04/2021

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 20/09/2021

IV.2.7) Conditions for opening of tenders

Date: 21/04/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Comply with the Specification; General Terms and Conditions of Contract; Special Conditions

A documented Quality Management standard should be evidenced.

Tenderers are required to meet the following levels of standard

Minimum level(s) of standards required:

Tenderers are required to provide a minimum of two relevant examples of previous services delivered of a similar specification and

contract size.

Tenderers must ensure all staff are appropriately trained and qualified for the delivery of this contract.

Tenderers are required to provide details of the environmental management measures which the tenderer will be able to use when

performing the contract.

Tenderers must provide Health and Safety Questionnaire, Risk Assessments, Signed and Dated Health and Safety Policy.

Providers will be required to hold a Dun & Bradstreet (D&B) failure score of 20 or above, where a provider does not hold a failure score

two (2) years audited accounts will be required.

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded

contract, the types of insurance indicated below.

Professional Risk Indemnity: 1,000,000 GBP (ONE MILLION POUNDS) in the aggregate

Employer's (Compulsory) Liability: minimum indemnity limit of 5,000,000 GBP (FIVE MILLION POUNDS) each and every claim

Public Liability: in the sum of not less than 1,000,000 (ONE MILLION POUNDS), each and every claim

Other Insurance:

Type: Statutory Third Party Motor vehicle insurance

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18207. 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

Community benefits are included in this requirement. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Details on Community Benefits can be found in the Tender Documents

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18207. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Community Benefits information can be found in the tender documentation

(SC Ref:647407)

VI.4) Procedures for review

VI.4.1) Review body

See VI.4.3 below

See VI4.3 below

UK

Internet address(es)

URL: http://www.renfrewshire.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.

VI.5) Date of dispatch of this notice

18/03/2021


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more