Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Staffordshire County Council
1 Staffordshire Place
Stafford
ST16 2DH
UK
Contact person: Ellie Butler
Telephone: +44 1785277026
E-mail: ellie.butler@staffordshire.gov.uk
NUTS: UKG2
Internet address(es)
Main address: https://www.staffordshire.gov.uk/Homepage.aspx
Address of the buyer profile: https://supplierlive.proactisp2p.com/Account/Login
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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
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
Framework Agreement for the Provision of Bikeability National Standard Training
Reference number: IA3256
II.1.2) Main CPV code
80500000
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
1 800 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKG2
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
1 800 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/04/2024
End:
31/03/2027
This contract is subject to renewal: Yes
Description of renewals:
Option to extend by 12 months - 01 April 2026 - 31 March 2027
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:
Yes
Description of options:
Option to extend by 12 months - 01 April 2026 - 31 March 2027.
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:
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.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
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:
16/01/2024
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
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
16/01/2024
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
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
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
VI.4) Procedures for review
VI.4.1) Review body
Staffordshire County Council
Stafford
UK
VI.5) Date of dispatch of this notice
07/12/2023