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

Training Provider Framework

  • First published: 03 June 2025
  • Last modified: 03 June 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04fac9
Published by:
Kingdom Housing Association Limited
Authority ID:
AA79166
Publication date:
03 June 2025
Deadline date:
26 June 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This tendering exercise is being undertaken to establish a Framework Agreement with training providers capable of delivering a range of training services as required. The framework will serve as a mechanism through which the contracting authority may procure training solutions from pre-approved suppliers, as and when the needs arise, over the duration of the agreement.

This framework agreement is divided into five (5) lots, each representing the category of training requirements. Within each lot, there are sub-lots to reflect specific training requirements. There are no maximum number of lots a supplier can bid in for.

The lots are broken down as follows:

Lot 1: Trades

o Sub-lot A: Construction Health and Safety

o Sub-lot B: Construction Site Safety & Management

o Sub-lot C: Construction Plant & Equipment

o Sub-lot D: Basic Safety Training

o Sub-lot E: Forklift

o Sub-lot F: Grounds Maintenance

Lot 2: Driving

o Sub-lot A: Driving

o Sub-lot B: Driving CPC

Lot 3: Health and Safety

o Sub-lot A: First Aid

o Sub-lot B: Health, Safety and Compliance

o Sub-lot C: Security

Lot 4: Specialist Training

o Sub-lot A: Offshore

o Sub-lot B: Electrical

o Sub-lot C: Rope Access

o Sub-lot D: Train the Painter

o Sub-lot E: Industrial Welding

Lot 5: Support and Care

o Sub-lot A: Professional Qualifications

o Sub-lot B: Health & Safety Training

o Sub-lot C: Professional Development

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Kingdom Housing Association Limited

Saltire Centre, Pentland Court

Glenrothes

KY6 2DA

UK

Contact person: Holly Thomson

Telephone: +44 1592631661

E-mail: flexibleprocurement@scotland-excel.org.uk

NUTS: UKM72

Internet address(es)

Main address: http://www.kingdomhousing.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12982

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

https://www.publiccontractsscotland.gov.uk/default.aspx


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk/default.aspx


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Training Provider Framework

II.1.2) Main CPV code

80500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This tendering exercise is being undertaken to establish a Framework Agreement with training providers capable of delivering a range of training services as required. The framework will serve as a mechanism through which the contracting authority may procure training solutions from pre-approved suppliers, as and when the needs arise, over the duration of the agreement.

This framework agreement is divided into five (5) lots, each representing the category of training requirements. Within each lot, there are sub-lots to reflect specific training requirements. There are no maximum number of lots a supplier can bid in for.

The lots are broken down as follows:

Lot 1: Trades

o Sub-lot A: Construction Health and Safety

o Sub-lot B: Construction Site Safety & Management

o Sub-lot C: Construction Plant & Equipment

o Sub-lot D: Basic Safety Training

o Sub-lot E: Forklift

o Sub-lot F: Grounds Maintenance

Lot 2: Driving

o Sub-lot A: Driving

o Sub-lot B: Driving CPC

Lot 3: Health and Safety

o Sub-lot A: First Aid

o Sub-lot B: Health, Safety and Compliance

o Sub-lot C: Security

Lot 4: Specialist Training

o Sub-lot A: Offshore

o Sub-lot B: Electrical

o Sub-lot C: Rope Access

o Sub-lot D: Train the Painter

o Sub-lot E: Industrial Welding

Lot 5: Support and Care

o Sub-lot A: Professional Qualifications

o Sub-lot B: Health & Safety Training

o Sub-lot C: Professional Development

II.1.5) Estimated total value

Value excluding VAT: 2 600 000.00  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

Lot 1: Trades - Sub-Lot A: Construction Health and Safety

II.2.2) Additional CPV code(s)

80511000

80500000

80510000

80570000

80531000

80330000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

Provision of courses covering Health and Safety in a Construction Environment, enabling participants to gain the knowledge and certification required to obtain the CSCS (Construction Skills Certification Scheme) Green Card.

Training required under this sub-lot:

CSCS Training & Test

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 2

II.2.1) Title

Lot 1: Trades - Sub-Lot B: Construction Site Safety & Management

II.2.2) Additional CPV code(s)

80531000

80531100

80531200

80500000

80510000

80511000

80530000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

This suite of training courses is designed to support the development of safe and effective management and supervision practices within construction environments. Covering key areas such as site management, supervision, vehicle marshalling, street works, and equipment handling, the training ensures that participants meet all legal, regulatory, and industry standards required for their roles. All training must be delivered by appropriately accredited providers and align with current health and safety legislation.

Training required under this sub-lot:

SMSTS (Site Manager Safety Training Scheme) Full (Novice)

SMSTS (Site Manager Safety Training Scheme) Full (Refresher)

SMSTS (Site Manager Safety Training Scheme) Refresher (Novice)

SMSTS (Site Manager Safety Training Scheme) Refresher (Refresher)

SSSTS (Site Supervisor Safety Training Scheme) Novice

SSSTS (Site Supervisor Safety Training Scheme) Refresher

Vehicle Marshalling (Novice)

Vehicle Marshalling (Refresher)

New Roads and Streetworks (Novice)

New Roads and Streetworks (Refresher)

Abrasive Wheels (Novice)

Abrasive Wheels (Refresher)

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 3

II.2.1) Title

Lot 1: Trades - Sub-Lot C: Construction Plant & Equipment

II.2.2) Additional CPV code(s)

80550000

80330000

80500000

80510000

80511000

80530000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

This group of courses provides essential training in the safe operation and maintenance of construction plant and equipment, ensuring all participants are equipped with the practical skills and theoretical knowledge to meet industry standards. Covering machinery such as MEWPs, excavators, hoists, dumpers, rollers, and telehandlers, the training is structured to meet all applicable legal and regulatory requirements. All courses must be delivered by accredited providers and lead to certification under schemes such as CPCS, NPORS, or IPAF, as appropriate to the equipment and role.

Training required under this sub-lot:

Mobile Elevated Working Platforms (MEWPS) / IPAF Operator Training (Novice)

Mobile Elevated Working Platforms (MEWPS) / IPAF Operator Training (Refresher)

Static Boom Operator (Novice)

Static Boom Operator (Refresher)

Hoist Operator (Novice)

Hoist Operator (Refresher)

Telescopic Handler (Novice)

Telescopic Handler (Refresher)

360 Excavator (Novice)

Slinger / Signaller (Novice)

Slinger / Signaller (Refresher)

Forward Tipping Dumper (Novice)

Forward Tipping Dumper (Refresher)

Ride on Roller (Novice)

Ride on Roller (Refresher)

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 4

II.2.1) Title

Lot 1: Trades - Sub-Lot D: Basic Safety Training

II.2.2) Additional CPV code(s)

80550000

80330000

80500000

80510000

80511000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM77

UKM76


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

Provision of basic safety training courses to enable site personnel and contractors operating on process plant sites and within the renewables sector to work safely and reduce risk to themselves and others. This includes CCNSG and GWO Basic Safety Training courses. All training must comply with applicable legislation and regulations and be approved by the relevant accrediting bodies.

Training required under this sub-lot:

CCNSG (Client Contractor National Safety Group) Safety Passport

GWO Basic Safety Training

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 5

II.2.1) Title

Lot 1: Trades - Sub-Lot E: Forklift

II.2.2) Additional CPV code(s)

80531100

80531200

80531000

80510000

80530000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

The training provision shall include both Novice and Refresher courses to enable operatives to obtain Forklift Truck Operator Licences. This includes training for Counterbalance, Reach, and Combined forklift operations. The training will cover, but is not limited to, pre-use inspections, safe and efficient operation, and practical applications in various environments. All training must comply with current legislation and regulations and be delivered by accredited providers.

Training required under this sub-lot:

Counterbalance Forklift Truck - Operator's Licence (Novice)

Counterbalance Forklift Truck - Operator's Licence (Refresher)

Reach Forklift Truck - Operator's Licence (Novice)

Reach Forklift Truck - Operator's Licence (Refresher)

Counterbalance Forklift Truck and Reach Forklift Truck Combined Package - Operator's Licence (Novice)

Counterbalance Forklift Truck and Reach Forklift Truck Combined Package - Operator's Licence (Refresher)

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 6

II.2.1) Title

Lot 1: Trades - Sub-Lot F: Grounds Maintenance

II.2.2) Additional CPV code(s)

80500000

80511000

80530000

80531000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

This training provision supports the safe and effective use of grounds maintenance equipment and techniques, including strimmer’s, mowers, hedge trimmers, leaf blowers, and pesticide application. Courses are designed to ensure operatives can competently operate tools and machinery in accordance with relevant health, safety, and environmental regulations. All training must be delivered by appropriately accredited providers.

Training required under this sub-lot:

Strimmer Use

Ride on Mower

Hedge trimmers

PA1, PA6 spraying

Pedestrian Mower

Leaf Blower

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 7

II.2.1) Title

Lot 2: Driving - Sub-Lot A: Driving

II.2.2) Additional CPV code(s)

80411000

80411100

80411200

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

The provision of driver and transport training to include Lorry (LGV, HGV) & Bus (PCV, PSV) Drivers. All training must be consistent with all applicable legislation and regulations and approved by the Driver & Vehicle Standards Agency (DVSA).

Training required under this sub-lot:

Medium Sized Goods Vehicles

Large Goods Vehicles - Class 2 (Rigid)

Large Goods Vehicles - Class 1

Minibuses

Buses

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 8

II.2.1) Title

Lot 2: Driving - Sub-Lot B: Driving CPC

II.2.2) Additional CPV code(s)

80411000

80411100

80500000

80411200

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

The provision of driver and transport training to include Certificate of Professional Competence for Transport Managers both National & International, ADR/Hazardous Goods, Tachograph and Drivers Hours including Digital Tachograph and Driver CPC. Courses must be consistent with the CPC syllabus published by and approved by the Driver & Vehicle Standards Agency (DVSA).

Training required under this sub-lot:

Driver Certificate of Professional Competence (CPC)

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 9

II.2.1) Title

Lot 3: Health and Safety - Sub-Lot A: First Aid

II.2.2) Additional CPV code(s)

80560000

80562000

80511000

80510000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

Provision of First Aid training, including First Aid at Work and Emergency First Aid courses. All training must comply with applicable health and safety legislation and be delivered by appropriately qualified trainers. Training must meet standards approved by the Health and Safety Executive (HSE).

Training required under this sub-lot:

First Aid at Work

Emergency First Aid at Work - Emergency * must include CPR and choking

First Aid at Work - Refresher

First Aid at Work - Paediatric

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 10

II.2.1) Title

Lot 3: Health and Safety - Sub-Lot B: Health, Safety and Compliance

II.2.2) Additional CPV code(s)

80561000

80560000

80330000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

The provision of Health and Safety Training to provide learners with the skills and knowledge to create a safe and healthy place for people to work and visit. All training must be consistent with all applicable legislation and regulations, and approved by the relevant accrediting body, IOSH (Institution of Occupational Safety and Health).

Training required under this sub-lot:

NEBOSH

IOSH

Gas Safety Awareness (level 2)

Legionella Awareness

Asbestos Awareness

Damp and mould training

Fire Safety Training

IOSH Managing Safely

Contract Management

Domestic Energy Assessments

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 11

II.2.1) Title

Lot 3: Health and Safety - Sub-Lot C: Security

II.2.2) Additional CPV code(s)

80600000

80610000

80510000

80511000

80530000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

The provision of Security Industry Authority (SIA) Training courses to support the application for an SIA Licence, as required to work within Security. All training must be consistent with all applicable legislation and regulations and approved by the Security Industry Authority (SIA).

Training required under this sub-lot:

Door Supervisor

CCTV Operation

Security Guarding

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 12

II.2.1) Title

Lot 4: Specialist Training - Sub-Lot A: Offshore

II.2.2) Additional CPV code(s)

80540000

80530000

80510000

80500000

80531000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

The provision of courses to meet the Aviation Regulation requirements for the UK and North Sea, and key safety courses for work in the oil and gas industry. This includes BOSIET / MIST / Rope Access / GWO. All training must be consistent with all applicable legislation and regulations, and approved by OPITO, for entry into the oil and gas sectors.

Training required under this sub-lot:

BOSIET

MIST

Rigger Stage 1

Rigger Stage 3

Rigger Stage 4

Banksman / Slinger

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 13

II.2.1) Title

Lot 4: Specialist Training - Sub-Lot B: Electrical

II.2.2) Additional CPV code(s)

80531000

80531100

80531200

80530000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

The provision of specialist electrical courses, including the 18th Edition Wiring Regulations, as required by legislation. All training must be consistent with applicable regulations and accredited by City and Guilds (or equivalent) or the relevant accrediting body.

Training required under this sub-lot:

18th Edition Wiring Regulations (2382-22)

Gas and Vapours (EX01 - EX04) - CompEx

Initial Verification and Periodic Testing - Combined 52

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 14

II.2.1) Title

Lot 4: Specialist Training - Sub-Lot C: Rope Access

II.2.2) Additional CPV code(s)

80530000

80550000

80330000

80510000

80531000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

The provision of Industrial Rope Access Trade Association Training at level 1, level 2 and level 3. All provisions must be consistent with all applicable legislation and regulations and approved by IRATA (Industrial Rope Access Trade Association).

Training required under this sub-lot:

Rope Access Level 1, Level 2, Level 3 (IRATA)

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 15

II.2.1) Title

Lot 4: Specialist Training - Sub-Lot D: Train the Painter

II.2.2) Additional CPV code(s)

80510000

80530000

80500000

80531000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

The provision of the internationally accredited coating applicator training programme created and developed by experts throughout the industry, Train the Painter, at Bronze, Silver and Gold Levels. All provisions must be consistent with all applicable legislation and regulations and approved by the Society for Protective Coatings (SSPC).

Training required under this sub-lot:

SSPC (Society for Protective Coatings) Train the Painter Bronze, Silver, Gold

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 16

II.2.1) Title

Lot 4: Specialist Training - Sub-Lot E: Industrial Welding

II.2.2) Additional CPV code(s)

80531000

80531100

80531200

80530000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

The provision of training courses designed for welders, operators, line inspectors, and foremen who carry out the visual examination of welded joints, courses designed for inspection engineers and supervisory staff, and courses used by industry to evaluate the properties of a material, component, structure or systems. To include CSWIP and NDT Courses. All provisions must be consistent with all applicable legislation and regulations and approved by the relevant accrediting body.

Training required under this sub-lot:

CSWIP Visual Welding Inspector

CSWIP Welding Inspector

NDT (Non-destructive testing) - ISO 9712

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 17

II.2.1) Title

Lot 5: Support and Care - Sub-Lot A: Professional Qualifications

II.2.2) Additional CPV code(s)

80510000

80500000

80530000

80511000

80570000

80000000

80300000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

This range of SVQ (Scottish Vocational Qualifications) and leadership qualifications provides essential training for individuals working in social services, care, and management roles. From supporting adults, children, and young people to advancing leadership and supervisory skills, these qualifications are designed to develop both practical and theoretical knowledge in specific care settings. Awarded by accredited bodies such as the Scottish Qualifications Authority (SQA) or City & Guilds, these qualifications ensure that learners meet industry standards and are equipped to excel in their respective roles.

Training required under this sub-lot:

SVQ 2 (SCQF L6): Adults

SVQ 2 (SCQF L6): Children and Young People

SVQ 3 (SCQF L7): Adults

SVQ 3 (SCQF L7): Children and Young People

SVQ 4 (SCQF L9): Adults

SVQ 4 (SCQF L9): Children and Young People

SCQF L10: Leadership & Management Award

PDA in Supervision

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 30

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: SVQ Delivery Timescales, Flexibility, and Contingency Planning / Weighting: 5

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 18

II.2.1) Title

Lot 5: Support and Care - Sub-Lot B: Health & Safety Training

II.2.2) Additional CPV code(s)

80560000

80561000

80330000

80511000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

Health & Safety training is essential for ensuring that individuals working in various sectors are equipped with the knowledge and skills needed to work safely and in compliance with regulatory requirements. This training covers a range of topics, including food safety and manual handling, aimed at minimising risks and ensuring a safe working environment. Courses are designed to be highly practical and are often accredited by recognized bodies, providing learners with the necessary qualifications to meet industry standards.

Training required under this sub-lot:

Food Hygiene

Moving and Handling – A-D

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Pass / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Lot No: 19

II.2.1) Title

Lot 5: Support and Care - Sub-Lot C: Professional Development

II.2.2) Additional CPV code(s)

80530000

80511000

80510000

80000000

II.2.3) Place of performance

NUTS code:

UKM

UKM72

UKM76

UKM77


Main site or place of performance:

Training may be required to be delivered across multiple locations including but not limited to, Falkirk, Forth Valley, Fife, Perth, Clackmannanshire, and Alloa.

II.2.4) Description of the procurement

Training and facilitation courses are designed to equip individuals with the necessary skills to deliver effective and engaging learning experiences. These qualifications focus on developing key skills such as audience engagement, group dynamics, and the ability to present information in a way that is both informative and interactive.

Training required under this sub-lot:

Outcomes

Train the Trainer

MAP & PATH

II.2.5) Award criteria

Criteria below:

Quality criterion: Supplier Information - Intended Lot(s) / Weighting: Information Only

Quality criterion: Prompt Payment in the Supply Chain / Weighting: Psss / Fail

Quality criterion: Fair Work / Weighting: 5

Quality criterion: Real Living Wage / Weighting: Information Only

Quality criterion: Community Benefits / Weighting: 5

Quality criterion: Training Delivery Approach / Weighting: 35

Quality criterion: Health and Safety Arrangements / Weighting: 10

Quality criterion: Enhancing Trainee Employability / Staff Development / Weighting: 10

Quality criterion: Measuring Outcomes and Continuous Improvement / Weighting: 10

Quality criterion: Accessibility / Weighting: 25

Quality criterion: Account Management / Weighting: Information Only

Price / Weighting:  30

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:

The Framework will be in place for a period of 24 months with KHA having the option to extend for a further two 12-month periods.

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

II.2.14) Additional information

Economic operators 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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance:


Minimum level(s) of standards required:

● Employers Liability - Statutory minimum indemnity limit of TEN MILLION POUNDS (10,000,000 GBP) STERLING each and every claim

● Public Liability - A minimum indemnity limit of FIVE MILLION POUNDS (5,000,000 GBP) STERLING each and every claim

● Professional Risk Indemnity - A minimum indemnity limit of FIVE MILLION POUNDS (5,000,000 GBP) STERLING each and every claim

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Qualifications and accreditations required from each lot and sub-lot are listed within under Appendix A – Specification and Scope of Service of the ITT document.

Bidders will be required to provide two relevant examples of similar previous contracts delivered during the past five years.


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Six (6) monthly meetings will be held with Training Providers as part of the framework management process. These meetings will be mandatory for any Training Provider that has received a call-off under the framework prior to the scheduled meeting.

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.

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:

2025/S 000-012057

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

Date: 26/06/2025

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: 26/06/2025

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:

On expiry of this framework agreement, either following extensions or before if extensions are not undertaken

VI.3) Additional information

Scotland Excel is acting on behalf of Kingdom Housing Association in the execution of this tender but will not be party to the contract or the management of the contract throughout its lifetime.

Other organisations which may call off from a framework established as a result of this tender are:

Glen Housing Association

Ore Valley Housing Associations

Fife Council

Forth HA

Ochilview HA

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=799656.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Under this Framework awarded suppliers will be required to support Kingdom Housing Association (KHA) economic, environmental and social regeneration objectives to achieve wider benefits when spend exceeds 50,000 GBP within a financial year.

Suppliers will be required to delivery Community Benefits during the financial year following each instance that spend within a financial year exceeds the 50,000 GBP threshold.

(SC Ref:799656)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=799656

VI.4) Procedures for review

VI.4.1) Review body

Kircaldy Sheriff Court

St Bryceland Avenue

Kirkcaldy

KY1 1XQ

UK

VI.5) Date of dispatch of this notice

27/05/2025

Coding

Commodity categories

ID Title Parent category
80411200 Driving lessons Driving-school services
80411000 Driving-school services Various school services
80411100 Driving-test services Driving-school services
80000000 Education and training services Education
80540000 Environmental training services Training services
80562000 First-aid training services Health and first-aid training services
80560000 Health and first-aid training services Training services
80561000 Health training services Health and first-aid training services
80300000 Higher education services Education and training services
80531000 Industrial and technical training services Vocational training services
80531100 Industrial training services Industrial and technical training services
80570000 Personal development training services Training services
80330000 Safety education services Higher education services
80550000 Safety training services Training services
80510000 Specialist training services Training services
80511000 Staff training services Specialist training services
80531200 Technical training services Industrial and technical training services
80610000 Training and simulation in security equipment Training services in defence and security materials
80500000 Training services Education and training services
80600000 Training services in defence and security materials Defence and security
80530000 Vocational training services 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:
flexibleprocurement@scotland-excel.org.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.