Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

NAC/5159 North Ayrshire Employability Service Delivery Framework

  • First published: 09 February 2024
  • Last modified: 09 February 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03fccd
Published by:
North Ayrshire Council
Authority ID:
AA20915
Publication date:
09 February 2024
Deadline date:
29 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This is a key worker service across the 5 stages of the employability and skills pipeline.

Stage 1: Referral, engagement, and assessment

Stage 2: Needs assessment, barrier removal, and action planning

Stage 3: Vocational activity

Stage 4: Employer engagement and job matching

Stage 5: In work support and aftercare

- The end to end service should support disadvantaged groups progress towards employment.

- The service will be delivered across stages 1 to stages 5 of the employability and skills pipeline.

- A Key worker approach (key worker defined as: consistent worker who takes participants through all stages including providing at least 26 weeks aftercare, and develops individualised package of support) has to be adopted at all stages of service delivery.

- Focus on vocational programmes aligned with local business need

- Employer engagement and sustained job outcomes a primary focus

Full notice text

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/5159 North Ayrshire Employability Service Delivery Framework

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: Employability end-to-end service

-Lot 2: Parental employment support service

- Lot 3: Youth transition/engagement/support service

- Lot 4: Transitional/volunteering service

- Lot 5: Individual Placement Support (IPS)

One supplier will be awarded per lot.

II.1.5) Estimated total value

Value excluding VAT: 8 972 976.00  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

Employability end-to-end 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 is a key worker service across the 5 stages of the employability and skills pipeline.

Stage 1: Referral, engagement, and assessment

Stage 2: Needs assessment, barrier removal, and action planning

Stage 3: Vocational activity

Stage 4: Employer engagement and job matching

Stage 5: In work support and aftercare

- The end to end service should support disadvantaged groups progress towards employment.

- The service will be delivered across stages 1 to stages 5 of the employability and skills pipeline.

- A Key worker approach (key worker defined as: consistent worker who takes participants through all stages including providing at least 26 weeks aftercare, and develops individualised package of support) has to be adopted at all stages of service delivery.

- Focus on vocational programmes aligned with local business need

- Employer engagement and sustained job outcomes a primary focus

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 3 593 244.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Up to 24 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

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 2 393 244.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Up to 24 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

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 1 193 244.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Up to 24 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

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

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 993 244.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Up to 24 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: 5

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:

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 800 000.00  GBP

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

Up to 24 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

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 - 1,796,622 GBP

Lot 2 - 1,196,622 GBP

Lot 3 - 596,622 GBP

Lot 4 - 496,622 GBP

Lot 5 - 400,000 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: 5

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-027251

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

Date: 29/03/2024

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: 29/03/2024

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25750. 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: 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:756907)

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

08/02/2024

Coding

Commodity categories

ID Title Parent category
79611000 Job search services Placement services of personnel

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
jenniblair@north-ayrshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.