Social and other specific services – public contracts
Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  North Lanarkshire Council
  Civic Centre, Windmillhill Street
  Motherwell
  ML1 1AB
  UK
  
            E-mail: corporateprocurement@northlan.gov.uk
  
            NUTS: UKM84
  Internet address(es)
  
              Main address: http://www.northlanarkshire.gov.uk
  
              Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
 
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
Flexible Framework for Outdoor Education Centres - Entry Point 4
            Reference number: NLC-CPT-20-058 (EP4)
  II.1.2) Main CPV code
  80000000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  The National guidance document “Curriculum for Excellence through Outdoor Learning” Education Scotland states: “the journey through education for any child in Scotland must include opportunities for a series of planned, quality outdoor learning experiences” enabling our children and young people to be successful learners, confident individuals, effective contributors and responsible citizens, one of the national outcomes which lies at the heart of the Curriculum for Excellence.
  .
  The Council have already established a Flexible Framework (see https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399554) with multiple Service Providers who offer a multi-day outdoor education experience, with residential stay, for groups of school pupils. The Council have 155 Educational establishments who could potentially use this Framework.
  The original Framework was setup for 10 years, with included annual entry points to allow new Providers to apply to join the Framework, this would enable the Council to maintain capacity and choice.
  This notice is for Entry Point 4, which is is applicable for any potential provider and/or setting that is not already on the Framework.
  .
  This contract award procedure is being carried out in accordance with The Public Contracts (Scotland) Regulations 2015, Regulation 74.
  .
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    80100000
    80340000
    80200000
    II.2.3) Place of performance
    NUTS code:
    UK
Main site or place of performance:
    Please see ITT specification
    II.2.4) Description of the procurement
    In accordance with The Public Contracts (Scotland) Regulations 2015, Regulation 74, the Council have established a Flexible Framework with Service Providers / Outdoor Education Centres who can provide a package for groups of pupils that comprises: activity based learning with residential stay.
    .
    The Flexible Framework is for multiple years, and the Council have included options for additional Service Providers to apply to join the Framework at future intervals - this is Entry Point 4.
    .
    Key Objectives is to meet the curriculum objectives previously mentioned in II.1.4) Description of the procurement.
    .
    Prospective Service Providers should be able to offer a range of activities that caters for pupils of all abilities and confidence levels. The residential element should include catering. Venue based transport would be required if travel is needed to go between accommodation and activity location.
    .
    The Council's school term is August through June; packages should be available during this period.
    .
    Further to this overview, a detailed specification is contained within the main Invitation to Tender (ITT) document which is accessible (and downloadable) from the Buyer Attachment area within the PCS-T Tendering System.
    .
    The Framework must be carried out in accordance with the information provided within this Contract Notice and the following documents contained within the PCS-T Tendering System; Invitation to Tender (ITT) and the Framework Agreement and Call-Off Terms and Conditions.
    .
    Tenderers must respond to a serious of Selection Questions within the PCS-T Qualification Envelope;
    .
    Tenderers must downloand and complete a range of Award Questions and Statements located within the PCS-T Technical Envelope;
    .
    Tenderers must download and complete a Pricing Schedule located within the PCS-T Commercial Envelope.
    .
    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
    PLEASE BE AWARE OF THE EXCLUSION GROUNDS:
    Economic Operators may be excluded from this competition if they are in any of 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.1.4) Objective rules and criteria for participation
  Full details of the objective rules and criteria for participation are contained within the ITT document. Please refer to I.3 Communication within this Notice.
  .
 
III.2) Conditions related to the contract
  III.2.2) Contract performance conditions
  Service Provider personnel, assigned to work with the Service Users must ensure their proposed staff will be registered under the Protection of Vulnerable Groups (PVG) prior to commencement of any potential contract.
  .
  If based in England, service provider personnel must be registered under Disclosure and Barring Service (DBS) prior to commencement of any potential contract.
 
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
  
                        Justification for any framework agreement duration exceeding 4 years: The Flexible approach allows entry points for additional Providers to be added. Full retendering will only be required when the requirements change. .The Council has procedures to monitor performance of Providers, and SPD resubmissions can be requested at future intervals to maintain assurances on the active Providers.
  IV.1.10) Identification of the national rules applicable to the procedure:
  
                Information about national procedures is available at: (URL)
              
  https://www.legislation.gov.uk/ssi/2015/446/part/2/chapter/3/crossheading/social-and-other-specific-services
  IV.1.11) Main features of the award procedure:
  Further entry points adhere to the same Tender Application process:
  .
  Single-stage procedure.
  .
  Tender Application: Tenderers must complete an SPD and provide proposals for Service Delivery. Tenders must be submitted via PCS-T only.
  .
  Tender responses will be scored by a tender evaluation panel from within the Council.
  .
  .
 
IV.2) Administrative information
  IV.2.1) Previous publication concerning this procedure
  Notice number in the OJ S:
  2020/S 200-486822
  IV.2.2) Time limit for receipt of tenders or requests to participate
  
              Date:
              01/10/2025
  
                Local time: 12:00
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
 
Section VI: Complementary information
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
TENDERERS PLEASE NOTE: Police Scotland identified a number of business areas which have a high risk of infiltration by Serious and Organised Crime groups; this contract belongs to one such area and as such the Authority reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland.
The tender pack includes a schedule for the Declaration of non-involvement in serious organised crime; this is a mandatory tender submission requirement for all tenderers.
.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 60515. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Not applicable
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Overly complex to achieve as useage at this stage is unknown and could be across a vast number of Suppliers and none of them reaching the threshold where it would be reasonable to expect Community Benefits to be accrued.
.
.
(SC Ref:808255)
VI.4) Procedures for review
  VI.4.1) Review body
  
    Scottish Courts
    Edinburgh
    UK
   
  VI.4.3) Review procedure
  Precise information on deadline(s) for review procedures:
  An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.
 
VI.5) Date of dispatch of this notice
01/09/2025