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 Award Notice

Standards and Frameworks — Framework

  • First published: 08 May 2019
  • Last modified: 08 May 2019

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:
Published by:
The Skills Development Scotland Co. Ltd
Authority ID:
AA74251
Publication date:
08 May 2019
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

SDS is inviting bids for a place on the framework. The framework will be for 2 years from 15.4.2019 to 14.4.2021 with the option of 2 x 1 year extensions.

The scope of services to be provided under this contract falls within the definition of social and other specific services in Schedule 3 to the Public Contracts (Regulations 2015 (“the regulations”) and therefore the procurement process shall in accordance with Regulation 74 of the Regulation be subject to the requirement of Section 7 of the Regulations. By virtue of regulation 76(3) of the regulations, bidders in any of the situations listed in Regulation 58 of the regulation may be excluded.

Full notice text

Social and other specific services – public contracts

Contract award notice

Section I: Contracting authority

I.1) Name and addresses

The Skills Development Scotland Co. Ltd

Monteith House, First Floor, 11 George Square

Glasgow

G2 1DY

UK

Telephone: +44 1412256710

E-mail: katie.buchanan@sds.co.uk

NUTS: UKM

Internet address(es)

Main address: www.skillsdevelopmentscotland.co.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12862

I.1) Name and addresses

Welsh Government

Cathays Park

Cardiff

CF10 3NQ

UK

E-mail: customerhelp@gov.wales

NUTS: UKL

Internet address(es)

Main address: https://gov.wales/?lang=en

I.1) Name and addresses

The Northern Ireland Executive

Stormont Castle, Stormont Estate

Belfast

BT4 3TT

UK

E-mail: eis.webmaster@executiveoffice-ni.gov.uk

NUTS: UKN

Internet address(es)

Main address: https://www.northernireland.gov.uk/

I.1) Name and addresses

The Scottish Government

5, Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

UK

E-mail: ceu@gov.scot

NUTS: UKM

Internet address(es)

Main address: https://www.gov.scot/

I.2) Joint procurement

The contract involves joint procurement

I.4) Type of the contracting authority

Other: NDPB

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Standards and Frameworks — Framework

Reference number: P18-100

II.1.2) Main CPV code

80000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Skills Development Scotland requires to establish a multi supplier framework to provide development of standards and frameworks. The scope of tendered services covers provision of development and review of:

— National Occupational Standards (NOS) including cleansing of NOS,

— Welsh Translation for NOS where required,

— Scottish Vocational Qualifications (SVQs) or alternative Competency-Based Qualifications (CBQs) for use in apprenticeship frameworks,

— apprenticeship Frameworks in Scotland, Wales and Northern Ireland.

The scope of services to be provided under this contract falls within definition of social and other specific services in Schedule 3 to Public Contracts Regulations 2015 (“the regulations”) and therefore procurement process shall in accordance with Regulation 74 of the Regulation be subject to the requirement of Section 7 of the Regulations. By virtue of Regulation 76(3) of the regulations, bidders in any of the situations listed in Regulation 58 of the regulation may be excluded.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Value excluding VAT: 4 166 667.00  GBP

II.2) Description

II.2.2) Additional CPV code(s)

80400000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

SDS is inviting bids for a place on the framework. The framework will be for 2 years from 15.4.2019 to 14.4.2021 with the option of 2 x 1 year extensions.

The scope of services to be provided under this contract falls within the definition of social and other specific services in Schedule 3 to the Public Contracts (Regulations 2015 (“the regulations”) and therefore the procurement process shall in accordance with Regulation 74 of the Regulation be subject to the requirement of Section 7 of the Regulations. By virtue of regulation 76(3) of the regulations, bidders in any of the situations listed in Regulation 58 of the regulation may be excluded.

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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement

The procurement involves the establishment of a framework agreement

IV.1.11) Main features of the award procedure:

The scope of services to be provided under this contract falls within the definition of social and other specific services in Schedule 3 to the Public Contracts (Regulations 2015 (“the regulations”) and therefore the procurement process shall in accordance with Regulation 74 of the Regulation be subject to the requirement of Section 7 of the Regulations. By virtue of regulation 76(3) of the regulations, bidders in any of the situations listed in Regulation 58 of the Regulation may be excluded.

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 013-027361

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

16/04/2019

V.2.2) Information about tenders

Number of tenders received: 23

Number of tenders received from SMEs: 19

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

CITB NI

17 Dundrod Road

Crumlin

BT29 4SR

UK

Telephone: +44 2890824245

NUTS: UKN

The contractor is an SME: No

V.2.3) Name and address of the contractor

CITB

Building 49, Bircham Newton

King's Lynn

PE31 6RH

UK

Telephone: +44 3004567744

NUTS: UKH16

The contractor is an SME: No

V.2.3) Name and address of the contractor

CLD Standards Council Scotland

9th Floor, 58 Robertson Street

Glasgow

G2 8DU

UK

Telephone: +44 7872416049

NUTS: UKM82

The contractor is an SME: No

V.2.3) Name and address of the contractor

UKFT

3, Queen Square, Bloomsbury

London

WC1N 3AR

UK

Telephone: +44 7786265219

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

AlphaPlus Consultancy Ltd

12th Floor, Manchester One, 53 Portland Street

Manchester

M1 3LD

UK

Telephone: +44 1612384928

NUTS: UKD33

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Institute of the Motor Industry

Fanshaws, Brickendon

Hertford

SG13 8PQ

UK

Telephone: +44 1992519039

NUTS: UKG1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

GQA Qualifications Ltd

Unit 1, 12 O'clock Court

Sheffield

S4 7WW

UK

Telephone: +44 7884433626

NUTS: UKE3

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Lantra

Lantra House, Stoneleigh Park

Coventry

CV8 2LG

UK

Telephone: +44 7867908163

NUTS: UKG33

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Instructus Group

Unit 3 Unit 3 Cherry Hall Road, North Kettering Business Park

Kettering

NN14 1UE

UK

Telephone: +44 1536738631

NUTS: UKF25

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

National Skills Academy for Food and Drink

The Catalyst, Baird Lane, Heslington

York

YO10 5GA

UK

Telephone: +44 8456440558

NUTS: UKE21

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SC003435

Unit 5 Mandarin Court Centre Park

Warrington

WA1 1GG

UK

Telephone: +44 1925515203

NUTS: UKD

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Habia

Habia Styrrup Hall Golf and Country Club, Main Street

Styrrup

DN11 8NB

UK

Telephone: +44 1302774925

NUTS: UKF1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

The Workforce Development Trust

4th Floor, 1 Temple Way

Bristol

BS2 0BY

UK

Telephone: +44 7796056703

NUTS: UKK11

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Energy and Utility Skills

Friars Gate, 1011 Stratford Road, Shirley

Solihull

B90 4BN

UK

Telephone: +44 1217138269

NUTS: UKG32

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

National Skills Academy for Rail (NSAR) Ltd

11 Carteret Street

London

SW1H 9DJ

UK

Telephone: +44 2030210575

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ScreenSkills

94 Euston Street

London

NW1 2HA

UK

Telephone: +44 7974211259

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

SEMTA

Unti 2, The Orient Centre, Greycain Road

Watford

WD24 7GP

UK

Telephone: +44 7483143166

NUTS: UKG1

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

ODAG Consultants Ltd

14 Barmoor Drive, Newcastle Great Park

Newcastle

NE3 5RG

UK

Telephone: +44 7939540335

NUTS: UKC22

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

The Food and Drink Training and Education Council (FTC)

Pure Offices, 4100 Park Approach, Thorpe Park

Leeds

LS15 8GB

UK

Telephone: +44 7809395187

NUTS: UKE

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Netherlee Consulting Ltd

47 First Avenue, Netherlee

Glasgow

G44 3UA

UK

Telephone: +44 7808951799

NUTS: UKM82

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

II Aspire Ltd

51 Dennistoun Road, St Vincent's Gate

Port Glasgow

PA14 6XH

UK

Telephone: +44 1475540214

NUTS: UKM83

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

People 1st International

First Floor, Hospitality House, 11-59 High Road

London

N2 8AB

UK

Telephone: +44 7920870528

NUTS: UKI

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 4 166 667.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

Section B Economic and Financial Standing.

4B.5)

It is a requirement of this framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded framework, the types and levels of insurance indicated below:

— employer’s (compulsory) liability insurance = 5 000 000 GBP,

— public/product liability insurance = 2 000 000 GBP.

4B.6 SDS shall carry out an assessment of your organisation’s economic and financial standing.

The checks undertaken shall provide SDS with information on your organisation’s risk rating and financial health.

The financial health of your organisation will be assessed in terms of the following elements:

— profitability (net profit margin),

— solvency (current ratio),

— gearing (debt ratio).

For each of the 3 performance indicators a score of zero to 25 will be awarded, based on performance. A further score of zero to 25 will be awarded for consistency of performance in the above measures.

The resultant total score, out of 100, will be graded as follows:

— outstanding: 80 – 100,

— good: 55 – 79,

— satisfactory: 30 – 54,

— weak: 0 – 29.

If your organisation’s score is graded as “weak” it shall be at SDS’ discretion whether we deem the risk to be unacceptable and therefore may exclude your organisation from further involvement in the procurement process.

The information required to assess financial health shall be taken from the latest available financial statements held within the credit rating system or within other publicly available resources, e.g. companies house. Where no information can be found, or the information is incomplete — for example if only abbreviated accounts have been filed at companies house — SDS reserves the right to request further information from the bidder.

If your organisation is not a Ltd Company, or does not have accounts listed on public register, please provide the following:

— for organisations who have accounts available online, e.g. an Association with financial accounts available on their website, please supply a web address where these can be found,

— for organisations who are not required to submit accounts to companies house. Please submit your most recent financial accounts, including a profit and loss account and balance sheet for the end of period, and relevant notes to the accounts,

— for organisations who, due to their legal form, are not required to produce statutory financial statements, please submit accounts in the format used for producing annual accounts containing the same minimum elements above,

— for newer organisations who have been trading less than a year, or do not yet have a full years’ trading accounts, please submit your management accounts to date, showing actual activity, along with forecast figures for the remaining period. The combined information must cover a period no less than 1 year, with the management accounts comprising at least 6 months of actual trading activity. As a minimum, these must consist of a profit and loss account covering a 12-month period, an end of period forecast balance sheet, a 12-month rolling cash flow statement and detailed narrative with supporting assumptions made for both management accounts and forecast information.

If your organisation has not been actively trading for at least 6 months, then it is ineligible to be part of the procurement process.

Section C technical and professional ability 4C 1.2.

Bidders will be required to provide 2 examples within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in the relevant section of the site notice to meet the requirements. As more in-depth information is required in the responses to question 4.C.1.2, this specific question, will be scored out of “4”. Bidders will be required to be allocated a score of at least “2”, an “Acceptable” score to achieve a pass for these specific questions.

Please see Appendix 5 Additional Information document for more information.

(SC Ref:582829)

VI.4) Procedures for review

VI.4.1) Review body

The Skills Development Scotland Co. Ltd

Monteith House, First Floor, 11 George Square

Glasgow

G2 1DY

UK

Telephone: +44 1412256710

Internet address(es)

URL: www.skillsdevelopmentscotland.co.uk

VI.5) Date of dispatch of this notice

07/05/2019

Coding

Commodity categories

ID Title Parent category
80400000 Adult and other education services Education and training services
80000000 Education and training services Education

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:
katie.buchanan@sds.co.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.