Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Prison Service
One Lochside, 1 Lochside Avenue
Edinburgh
EH12 9DJ
UK
Contact person: Jenny Cleworth
Telephone: +44 1313303778
E-mail: Jennifer.Cleworth@prisons.gov.scot
NUTS: UKM75
Internet address(es)
Main address: http://www.sps.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00384
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
National or federal agency/office
I.5) Main activity
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
SPS-02053 Personal Development & Learning
Reference number: SPS-02053
II.1.2) Main CPV code
80400000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of prison based Personal Development and Learning Service throughout Scotland in the public prisons operated by the SPS. The services will be provided to adults with varying degrees of pre-existing educational engagement; disadvantaged learners; 'young offenders' in custody (18-24): & occasionally 'young persons' in custody (16-17).
The services will include delivery of a varied curriculum of learning & skills in prisons; learning needs screening of persons following admission to custody; specialist screening (e.g. dyslexia) where required; & working with SPS to ensure progress against the SPS Personal Development & Learning Strategy.
The SPS is currently developing the next generation of its Personal Development & Learning Strategy, replacing both existing Learning & Skills Strategy (2016-2021) and Employability Strategy (2017-2022). The project team aims to create a single strategy which aligns with the Objectives and Principles set out in the current SPS Corporate Plan (2023-28).
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
75121000
80000000
80300000
80490000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
All SPS establishments including the 14 Scottish Prisons and the 2 Community Custody Units - Bella and Lilias
II.2.4) Description of the procurement
The SPS shall commence this procurement process in good faith and with the intention of awarding a contract. The procurement will follow the Restricted Procedure utilising the Competitive Procedure with Negotiation procurement route.
Following publication of this Contract Notice a Single Procurement Document (SPD) will be made available to bidders, along with SPS's supporting guidance document.
Tender responses will then be evaluated by SPS. Following the evaluation of the SPD, shortlisted bidders will be provided with an Invitation to Tender (ITT). The ITT will be published by SPS and will be made available to bidders via the Public Contract Scotland Tender (PCS-T) portal, an e-Tendering System which can be accessed via the Public Contracts Scotland (PCS) website.
Supplier shall note that all documentation, including the SPD, is only available in electronic form and can be accessed via your web browser.
Bidders are required to complete the Online Qualification and Technical SPD (Scotland) Questionnaire on PCS-T.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
There will be an optional extension period of up to a further 48 months
II.2.9) Information about the limits on the number of candidates to be invited
Objective criteria for choosing the limited number of candidates:
It is intended to invite a maximum of up to 5 bidders to the Invitation to Tender stage. These bidders shall have:
a) submitted a compliant submission, comprising the completed SPD;
b) satisfied the relevant selection criteria under the exclusion grounds;
c)Achieved the required standards with respect to:
(i) Minimum Standards of Eligibility - provided evidence of working on specified types of projects; and
(ii) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional ability.
d) Quality management systems in place;
e) gained a PASS in respect of the financial and economic evaluation;
f) achieved the highest total weighted scores available.
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
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:
Bidders will be required to have a minimum yearly turnover of GBP10m for the last two years in the business areas covered by the proposed contract. There must be no qualifications or contract-indications from any evidence provided in support of the bidders economic & financial standing.
Bidders must have the following minimum insurance levels:
Employers Liability insurance in accordance with any legal requirements in force for full time of any contract
Public Liability insurance of GBP10m.
Locking Indemnity of GBP100,000
III.1.3) Technical and professional ability
List and brief description of selection criteria:
SPD Question 4C.2.1 Services– 40%
Bidders shall provide a summary of two completed projects (delivered in the last three years) which demonstrate a proven track record of delivering development/employability and learning services. One example shall detail where they have managed multi-site services. The examples should include the widest range of capacities that would mirror the range of needs across the SPS landscape.
SPD Question 4C.2.2 Qualifications – Pass/Fail
Bidders are required to demonstrate that their organisation has (or has access to persons with) levels of relevant experience, qualifications and competence to support the proper performance of the Services. The Supplier will be required to ensure that persons delivering prisoner learning or developing materials for this hold a recognised teaching qualification.
SPD Question 4C.2.3 Man Power – 30%
Bidders are required to detail staffing levels for the previous 3 academic years.
SPD Question 4C.2.4 Equipment – 20%
It is a requirement under this contract that the successful bidder shall provide a hybrid model of learning which is digitally enhanced and supportive of digital literacy. The bidder shall be required to provide examples of how they have harnessed technology to deliver education services in different environments.
SPD Question 4C.2.5 Subcontracting Pass/Fail
The SPS intends to move forward with a single supplier contract. However, the bidder should provide examples of how they can utilise subcontracting to enhance development and learning opportunities that would involve engagement with communities, third sector and partner and youth work as examples.
SPD Question 4C.2.6 Products– 10%
The bidder shall be required to provide example learning plans, whole person assessments and internal management systems that capture performance metrics based on previous experience in projects of this nature.
SPD Question 4C.2.7 Quality Control Pass/Fail
Bidders will be required to confirm that they have any required quality control certificates (or from agencies of recognised competence) and detail what sets are taken to ensure appropriate quality control management standards have been consistently applied by the organisation within previous work or projects of similar nature.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
The Supplier will be required to ensure that persons delivering prisoner learning or developing materials for this hold a recognised teaching qualification.
III.2.2) Contract performance conditions
The bidder will be able to deliver & award activities that are accredited and related to the Scottish Credit and Qualifications Framework (SCQF) plus other relevant vocational qualifications. Bidder staff working in SPS premises will be subject to employer led vetting with Disclosure Scotland at Enhanced level and/or as required by the Protecting Vulnerable Groups (Scotland). The bidder will comply with the Data Protection Act 2018 in respect of the appropriate handling of personal data & records relating to learners using the Services. Parties working in SPS premises will be required to comply with prison Security regulations incl the provisions about Prohibited Items. SPS will seek assurances regarding workforce matters (including Living Wage) in respect of those engaged to provide the Services (this assurance will include any sub-contractor or training partner staff used to provide Services within SPS premises).
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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:
2023/S 000-033394
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
03/06/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
01/07/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 26391. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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. Requirements for Community Benefits shall be included within the ITT stage.
(SC Ref:765322)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sherriff Court
27 Chambers St
Edinburgh
EH1 1LB
UK
Internet address(es)
URL: www.scotcourts.gov.uk/the-courts/sheriff-court/find-a-court
VI.5) Date of dispatch of this notice
02/05/2024