Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Stirling Council
Procurement, Teith House
Stirling
FK7 7QA
UK
E-mail: crawfordja@stirling.gov.uk
NUTS: UKM77
Internet address(es)
Main address: http://www.stirling.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146
I.1) Name and addresses
Clackmannanshire Council
Kilncraigs, Greenside Street
Alloa
FK10 1EB
UK
E-mail: Procurement@clacks.gov.uk
NUTS: UKM72
Internet address(es)
Main address: http://www.clacks.gov.uk/business/corporateprocurementprocess/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00260
I.2) Joint procurement
The contract involves joint procurement
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.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
Employability Flexible Framework
Reference number: SC2324-0174
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
Stirling Council and Clackmannanshire Council are seeking to award a flexible framework for the provision of employability support services. There will be three separate lots.
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
Engagement and Barrier Removal
II.2.2) Additional CPV code(s)
79611000
80000000
85300000
80500000
80510000
80521000
80530000
80570000
80533000
II.2.3) Place of performance
NUTS code:
UKM77
UKM72
Main site or place of performance:
Stirling & Clackmannanshire
II.2.4) Description of the procurement
Providers will be required to demonstrate significant levels of understanding and experience in successfully identifying the barriers that affect people’s participation in employability support, together with detail around a range of strategies and approaches that they would then employ to help people tackle barriers. Providers should also be able to demonstrate the impact of the support that their work has had on participants.
This will cover Stages 1 and 2 of the Employability Pipeline.
II.2.5) Award criteria
Criteria below:
Quality criterion: MS1 Project Team
/ Weighting: 20
Quality criterion: MS2 Programme Delivery
/ Weighting: 20
Quality criterion: MS3 Contract Management
/ Weighting: 20
Quality criterion: MS4 Risk Management
/ Weighting: 10
Quality criterion: MS5 Added Value and Innovation
/ Weighting: 10
Quality criterion: MS6 Sustainability
/ Weighting: 5
Quality criterion: MS7 Health and Safety
/ Weighting: 5
Quality criterion: MS8 Community Benefits
/ Weighting: 5
Quality criterion: MS9 Fair Working Practices
/ Weighting: 5
Price
/ Weighting:
0
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:
Yes
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
11.2.10 (Variants)- Owing to the vastness of employability services, variants may be required.
Lot No: 2
II.2.1) Title
Vocational Training and Work Related Skills
II.2.2) Additional CPV code(s)
80000000
79611000
80500000
80510000
80521000
80530000
80533000
80570000
II.2.3) Place of performance
NUTS code:
UKM77
UKM72
Main site or place of performance:
Stirling and Clackmannanshire.
II.2.4) Description of the procurement
Providers will be required to demonstrate a range of experience in delivering pre-employment training opportunities. This may include those in specific sectors like hospitality, tourism, construction and social care. Any experience of delivering work experience opportunities should clearly show how these prepare people for work, and how they support individuals to build a work ethic.
This will cover Stages 3 and 4 of the Employability Pipeline.
II.2.5) Award criteria
Criteria below:
Quality criterion: MS1 Project Team
/ Weighting: 20
Quality criterion: MS2 Programme Delivery
/ Weighting: 20
Quality criterion: MS3 Contract Management
/ Weighting: 20
Quality criterion: MS4 Risk Management
/ Weighting: 10
Quality criterion: MS5 Added Value and Innovation
/ Weighting: 10
Quality criterion: MS6 Sustainability
/ Weighting: 5
Quality criterion: MS7 Health and Safety
/ Weighting: 5
Quality criterion: MS8 Community Benefits
/ Weighting: 5
Quality criterion: MS9 Fair Working Practices
/ Weighting: 5
Price
/ Weighting:
0
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:
Yes
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
11.2.10 (Variants) - Owing to the vastness of employability services, variants may be required.
Lot No: 3
II.2.1) Title
In-Work Support and Work Based Training
II.2.2) Additional CPV code(s)
80000000
80500000
80510000
80530000
80521000
II.2.3) Place of performance
NUTS code:
UKM77
UKM72
Main site or place of performance:
Stirling & Clackmannanshire
II.2.4) Description of the procurement
Providers will be required to demonstrate a track record of supporting people to retain employment, along with an ability to build meaningful relationship with employers (and the wider workforce), supporting both employers and participants to find creative solutions to difficult work place situations which may arise and be able to detail how these approaches have supported job sustainment.
This will cover Stage 5 of the Employability Pipeline.
II.2.5) Award criteria
Criteria below:
Quality criterion: MS1 Project Team
/ Weighting: 20
Quality criterion: MS2 Programme Delivery
/ Weighting: 20
Quality criterion: MS3 Contract Management
/ Weighting: 20
Quality criterion: MS4 Risk Management
/ Weighting: 10
Quality criterion: MS5 Added Value and Innovation
/ Weighting: 10
Quality criterion: MS6 Sustainability
/ Weighting: 5
Quality criterion: MS7 Health and Safety
/ Weighting: 5
Quality criterion: MS8 Community Benefits
/ Weighting: 5
Quality criterion: MS9 Fair Working Practices
/ Weighting: 5
Price
/ Weighting:
0
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:
Yes
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
11.2.10 (Variants) - Owing to the vastness of employability services, variants may be required.
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 are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
a. Employers (Compulsory) Liability Insurance - GBP10m
b. Public Liability Insurance - GBP5m
c. Professional Indemnity - GBP2m
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
In order to protect the interests of both your organisation and Stirling Council, we will undertake a financial standing check on your organisation, and reserve the right not to take your application further should you not meet our requirements for this commission.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Tenderers will be required to provide two examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work.
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: 50
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/01/2025
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
Duration in months: 5 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/01/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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=784427.
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.
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:
This is a flexible framework agreement.
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 are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
(SC Ref:784427)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=784427
VI.4) Procedures for review
VI.4.1) Review body
Stirling Sheriff Court
Stirling
UK
VI.5) Date of dispatch of this notice
28/11/2024