Contract notice
Section I: Contracting
authority
I.1) Name and addresses
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
E-mail: jenniblair@north-ayrshire.gov.uk
NUTS: UKM93
Internet address(es)
Main address: http://www.north-ayrshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
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
NAC/5192 North Ayrshire Employability Service Delivery Framework Reissue
II.1.2) Main CPV code
79611000
II.1.3) Type of contract
Services
II.1.4) Short description
This procurement seeks to appoint a framework of business partners to support the delivery of the Councils employability service.
The services required will be as follows:
-Lot 1: Parental employment support service
- Lot 2: Youth transition/engagement/support service
- Lot 3: Transitional/volunteering service
- Lot 4: Individual Placement Support (IPS)
One supplier will be awarded per lot.
Please note, this is a re-issue of previously advertised services.
II.1.5) Estimated total value
Value excluding VAT:
2 942 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Parental employment support service
II.2.2) Additional CPV code(s)
79611000
II.2.3) Place of performance
NUTS code:
UKM93
II.2.4) Description of the procurement
This lot is focused on addressing child poverty by supporting parents progress into employment and progress within employment.
Service required should provide:
- Key worker support
- Service tailored to individual need
- Flexible and responsive services
- Clear focus on progression across 5 stage pipeline
- Targeted at parents who have children in poverty
- Progress parents into vocational programmes and placements
- Works in partnership and across partnerships
The contract will be awarded using NAC's Conditions of Contract for the Purchase of Services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
1 490 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 9
This contract is subject to renewal: Yes
Description of renewals:
Up to 36 months extension available
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:
No
Lot No: 2
II.2.1) Title
Youth transition/engagement/support service
II.2.2) Additional CPV code(s)
79611000
II.2.3) Place of performance
NUTS code:
UKM93
II.2.4) Description of the procurement
This lot is focussed on supporting young people making transitions from school and youngsters who are not in employment, education on training. We are looking for a mix of services to include:
- Community outreach approach to engage youngsters who don’t engage with services
- Key worker support to engage with youngsters and provide 1-2-1 support as required
- Programmes to address confidence, resilience, isolation, basic skills for employment
- Strong partnership working with education, skills development Scotland, Ayrshire college and wider employability services
- Using data from datahub to target services
The contract will be awarded using NAC's Conditions of Contract for the Purchase of Services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
590 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 9
This contract is subject to renewal: Yes
Description of renewals:
Up to 36 months extension available
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:
No
Lot No: 3
II.2.1) Title
Transitional/volunteering service
II.2.2) Additional CPV code(s)
79611000
II.2.3) Place of performance
NUTS code:
UKM93
II.2.4) Description of the procurement
Providing work experience and volunteering placements for participants who are long term unemployed is an important step to make a sustainable progression into employment. Placements may be in:
- Third sector
- Public sector
- Private sector
- Community organisations
Providers will also be expected to provide wrap around employability support prior to a during placements
The contract will be awarded using NAC's Conditions of Contract for the Purchase of Services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
470 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 9
This contract is subject to renewal: Yes
Description of renewals:
Up to 36 months extension available
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:
No
Lot No: 4
II.2.1) Title
Individual Placement Support (IPS)
II.2.2) Additional CPV code(s)
79611000
II.2.3) Place of performance
NUTS code:
UKM93
II.2.4) Description of the procurement
Closing the disability employment gap remains a high priority in North Ayrshire and an IPS model delivered with full fidelity will complement the successful Supported Employment initiative, Equal Programme, already delivered by North Ayrshire Council.
The contractor would be expected to work closely with Ayrshire & Arran NHS and develop their IPS capacity and capability by working in partnership working with clinical teams. This will target individuals with severe and enduring mental health issues but have capacity to extend this model to support those in recovery from drug addiction, those with experience of domestic violence, commercial sexual exploitation or homelessness. The contractor will develop and strengthen referral and networking connections with Health, Justice, Social Work, and Housing as well as with specialist services supporting the target groups adopting the IPS model.
The contract will be awarded using NAC's Conditions of Contract for the Purchase of Services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50
Price
/ Weighting:
50
II.2.6) Estimated value
Value excluding VAT:
392 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 9
This contract is subject to renewal: Yes
Description of renewals:
Up to 36 months available
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:
No
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:
Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders will be required to have a minimum yearly “general” turnover as per below for the last 3 years in the business area covered by the contract.
Lot 1 - 745,000 GBP
Lot 2 - 295,000 GBP
Lot 3 - 235,000 GBP
Lot 4 - 196,000 GBP
Bidders who cannot meet the required level of turnover will be excluded from this tender.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
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 = 10m GBP in respect of any one event
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance 10m GBP in respect of any one event
Professional Indemnity Insurance 5m GBP in the aggregate
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.
Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.
Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 4
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:
09/09/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
09/09/2024
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2028
VI.3) Additional information
Quality Management Procedures
1. 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 a documented policy regarding quality management, see attachment at SPD question 4D.1.
Health and Safety Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (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 the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.
Bidders may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27251. 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: 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 will be required on a mandatory / voluntary basis for:
- Employment
- Employability & Skills
- SMEs
- TSOs
- Education
- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)
(SC Ref:774631)
VI.4) Procedures for review
VI.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
UK
Telephone: +44 1563550024
Internet address(es)
URL: https://www.scotcourts.gov.uk/
VI.5) Date of dispatch of this notice
08/08/2024