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/5206 Provision of Health & Safety Training Courses Framework

  • First published: 31 January 2026
  • Last modified: 31 January 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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-0612d6
Published by:
North Ayrshire Council
Authority ID:
AA20915
Publication date:
31 January 2026
Deadline date:
02 March 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

North Ayrshire Council (NAC) are seeking suitably qualified and experienced suppliers to deliver a selection of mandatory health and safety training courses to NAC staff. The framework will comprise of 3 Lots:

Lot 1 - IOSH Training

Lot 2 - IOSH Construction Training

Lot 3 - Health and Safety Training

Courses will predominantly be delivered on NAC premises throughout North Ayrshire

The framework will be for a period of 4 years.

The terms that will apply to this Framework are NAC/5206 Framework Terms and Conditions and NAC Exit Terms and Conditions. NAC/5206 Terms and Conditions for the Purchase of Services will apply to call-off contracts.

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

Contact person: Fiona Wilson

Telephone: +44 1294310000

E-mail: fionawilson@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/5206 Provision of Health & Safety Training Courses Framework

Reference number: NAC/5206

II.1.2) Main CPV code

80500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

North Ayrshire Council (NAC) are seeking suitably qualified and experienced suppliers to deliver a selection of mandatory health and safety training courses to NAC staff. The framework will comprise of 3 Lots:

Lot 1 - IOSH Training

Lot 2 - IOSH Construction Training

Lot 3 - Health and Safety Training

Courses will predominantly be delivered on NAC premises throughout North Ayrshire

The framework will be for a period of 4 years.

The terms that will apply to this Framework are NAC/5206 Framework Terms and Conditions and NAC Exit Terms and Conditions. NAC/5206 Terms and Conditions for the Purchase of Services will apply to call-off contracts.

II.1.5) Estimated total value

Value excluding VAT: 390 400.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - IOSH Training

II.2.2) Additional CPV code(s)

80500000

80510000

80550000

II.2.3) Place of performance

NUTS code:

UKM93


Main site or place of performance:

Across North Ayrshire

II.2.4) Description of the procurement

North Ayrshire Council (NAC) are seeking to appoint 3 suitably qualified and experienced service providers to deliver IOSH Training, including:

ISOH Managing Safely,

IOSH Managing Safely Refresher,

IOSH Working Safely and

Risk Assessment training.

Bidders must be able to deliver face to face training on NAC premises.

Courses must meet IOSH Standards and result in an official IOSH certification upon successful completion.

Please note that bidders will be required to commit to delivering all elements of this framework directly, with no sub-contracting permitted.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 244 400.00  GBP

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

Duration in months: 48

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: Yes

Description of options:

The evaluation will be based on face to face delivery of the training at North Ayrshire Council premises. Optional pricing will be requested for face to face training at a bidder organised training centre within North Ayrshire and virtual/online (live) training using IOSH-approved platforms. Optional pricing will not be included within the evaluation.

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

Lot 2 - IOSH Construction Training

II.2.2) Additional CPV code(s)

80500000

80510000

80550000

II.2.3) Place of performance

NUTS code:

UKM93


Main site or place of performance:

Across North Ayrshire

II.2.4) Description of the procurement

North Ayrshire Council (NAC) are seeking 2 suitably experienced and qualified service providers to deliver IOSH Construction Training, including:

ISOH Safety, Health & Environment for Construction Site Managers and

IOSH Safety, Health & Environment for Construction Workers.

Bidders must be able to deliver face to face training on NAC premises.

Courses must meet IOSH standards and result in official IOSH certification upon successful completion.

Please note that bidders will be required to commit to delivering all elements of this framework directly, with no sub-contracting permitted.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 70 000.00  GBP

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

Duration in months: 48

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: Yes

Description of options:

The evaluation will be based on face to face delivery of the training at North Ayrshire Council premises. Optional pricing will be requested for face to face training at a bidder organised training centre within North Ayrshire and virtual/online (live) training using IOSH-approved platforms. Optional pricing will not be included within the evaluation.

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

Lot 3 - Health and Safety Training

II.2.2) Additional CPV code(s)

80500000

80510000

80550000

II.2.3) Place of performance

NUTS code:

UKM93


Main site or place of performance:

Across North Ayrshire

II.2.4) Description of the procurement

North Ayrshire Council (NAC) are seeking 2 suitably experienced and qualified service providers to deliver the following health and safety training courses:

Manual Handling,

Sharps Awareness,

Asbestos Awareness,

COSHH Awareness,

Ladder Safety Awareness and

Scaffolding Awareness for Users.

Bidders must be able to deliver face to face training on NAC premises.

Please note that bidders will be required to commit to delivering all elements of this framework directly, with no sub-contracting permitted.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20

Price / Weighting:  80

II.2.6) Estimated value

Value excluding VAT: 76 000.00  GBP

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

Duration in months: 48

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: Yes

Description of options:

The evaluation will be based on face to face delivery of the training at North Ayrshire Council premises. Optional pricing will be requested for face to face training at a bidder organised training centre within North Ayrshire. Optional pricing will not be included within the evaluation.

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 noted within the specification for each Lot.

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 of 30,000 GBP for the last 3 years. This requirement is applicable to all Lots. Where a bidder seeks to bid for multiple lots, they must evidence a combined annual turnover that meets the aggregated requirement. For example when bidding for 2 Lots the bidder must evidence a minimum yearly "general" turnover of 60,000 GBP.

North Ayrshire Council reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder’s financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.

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 = 5,000,000 GBP in respect of any one event

http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance 1,000,000 GBP in respect of any one event

Professional Indemnity Insurance 1,000,000 GBP in the aggregate

Third-Party Motor Vehicle Insurance

A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders are required to provide 2 examples per Lot 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. The minimum acceptable contract value is 66,100 GBP. Where a bidder does not have a single contract exceeding 66,100 GBP, it is acceptable to provide examples of multiple contracts that collectively meet or exceed this value. Unsatisfactory experience will result in exclusion from the tender process.

Bidders must also provide 2 satisfactory references per Lot for the same 2 contracts on the reference templates provided. For bidders submitting multiple examples to satisfy the required contract value threshold, the references provided must relate to the two highest‑value contracts provided as examples.

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 details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

Bidders are required to confirm the Trainers have the relevant educational and professional qualifications as detailed below:

Lots 1 & 2 - Trainers must be IOSH-approved and hold at least Technical (TechIOSH) membership (preferably Certified (CertIOSH) or Chartered (CMIOSH) and must have completed the IOSH Train the Trainer programme or a level 3 training qualification on a regulated framework.

Lot 3 - Trainers must have a level 3 training qualification


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: 7

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: 02/03/2026

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: 30/06/2026

IV.2.7) Conditions for opening of tenders

Date: 02/03/2026

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:

It is anticipated that this framework will be renewed, with future notices expected Spring 2029.

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

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.

Environmental Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.

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 30854. 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 voluntary basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

(SC Ref:819003)

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

30/01/2026

Coding

Commodity categories

ID Title Parent category
80550000 Safety training services Training services
80510000 Specialist training services Training services
80500000 Training services Education and training services

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:
fionawilson@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.