CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-030203/EN)
Nature of contract: Service contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Scottish Police Authority
Postal address: 1 Pacific Quay, 2nd Floor
Town: Glasgow
Postal code: G51 1DZ
Country: United Kingdom
Email: procrementtenders@scotland.police.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: PROC 24-2575 Provision of Specialist ICT Training Courses (Framework Agreement)

Reference number: PROC 24-2575
II.1.2) Main CPV code: 80500000
II.1.3) Type of contract: Services
II.1.4) Short Description: The Scottish Police Authority (known as the “the Authority”) has a requirement to appoint a Provider to deliver ICT Specialist Training both onsite and offsite.
The Provider must be able to deliver core courses that have been identified, there will also be a provision for the Provider to deliver non-core courses.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
80510000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
The Scottish Police Authority (known as the “the Authority”) has a requirement to appoint a Provider to deliver ICT Specialist Training both onsite and offsite.
This is a Single Supplier Framework Agreement.
The duration of the Framework will be for three(3)years with the option to extend the Framework for a further one (1) period of up to twelve (12) months at the sole discretion of the Authority.
The total estimated spend over the duration of the Framework Agreement (including any extension periods) is 1,600,000 GBP however the Authority reserves the right to spend up to 1,800,000 GBP.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:The initial contract period will be 36 months, with the option to extend for a period up to 12 months.

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

Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:SPD Question 4A.1 Trade Registers-
It is a requirement of this tender that if the Tenderer is UK based they must hold a valid registration with Companies House. Where the Tenderer is UK based but not registered at Companies House they must be able to verify to the SPA’s satisfaction that they are trading from the address provided in the tender and under the company name given.
Tenderers within the UK must confirm if they are registered under Companies House within this question.
If the Tenderer is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
SPD Question 4A.2 Authorisation/Membership-
Where it is required, within a Tenderer’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Framework, indicated below
Tenderers must confirm if they hold the following authorisation or memberships and must provide evidence that they are an official and/or accredited partner with (or have an equal equivalent) or approved to offer official training for at least one of the following.
· Microsoft
· Cisco
· Oracle
III.1.2) Economic and financial standing
List and brief description of selection criteria: It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below:
Minimum level(s) of standards possibly required: It is a requirement of this Contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below:
Minimum level(s) of standards required:
-SPD Question 4B5 Insurances-
Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies.
Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate.
Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies.
-SPD Question 4B6 Financial Standing-
The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer’s economic and financial standing. Tenders are asked to provide their company number within the SPD to allow the Authority to access a Credit Safe Report.
Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.
If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor’s responsibility to ensure that the information held by Credit Safe is accurate and up to date.
For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc.
Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date – failure to do so will result in rejection of your submission.
IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful.
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Tenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements stated within the tender documents.
The below requirements will be requested during the tender process:

Minimum level(s) of standards possibly required:-SPD Question 4C.1.2 Technical and Professional Ability-
With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the Tenderer in the last 3 years.
Tenderer`s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the “ Specialist ICT Training Courses.”
Two (2) examples of the provision of similar goods/services may be requested and must be from within the last 3 years for goods and services.
If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.

III.2.2) Contract performance conditions: During the period of the Framework Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) . See Tender documents for more info.

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:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement

Framework agreement with a single operatorIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2024-10-24 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 tender must maintain the tender
Duration in months:6(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2024-10-24 Local time: 12:00 Place:Electronically via Public Contract Scotland Tender

Information about authorised persons and opening procedure:Electronically via Public Contract Scotland Tender by authorised Procurement Specialist after the tender deadline.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:3 year period, 4 years if optional extension is activated.
VI.2) Information about electronic workflows
VI.3) Additional information:
Economic Operators
Applicable to above threshold Notices: 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.
-SPD Question 4C.12 Quality Control Requirements-
Tenderers may be required to provide the following for Quality Control requirements:
EITHER:
Option A) If a Tenderers organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with
BS EN ISO 9001 (or equivalent) a copy of the certificate may be requested.
OR
Option B) If a Tenderers organisation has a documented policy regarding quality management, a copy of the policy may be requested.
Guidance
The policy should set out your organisation’s responsibilities for quality management. Demonstrating that your organisation has and continues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
Assessment of Employment Status
Tenderers may be asked to declare whether they intend to provide services through a Personal Service Company (PSC). From April 2017, the responsibility to pay employment taxes shifts from the PSC to public sector bodies and the Authority must be aware of any successful tenderer’s detailed employment status.
For further information on determining employment status the Government has published guidance on this IR35 Legislation
Living Wage
Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only.
Equality and Diversity
Tenderers will be required to comply with the statutory obligations under the Equality Act 2010.
Declaration of Non-Involvement in Serious Organised Crime
Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime form.
Subcontractor Detail
Tenderers will be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the SPD.
Data Protection
Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Contract.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27545. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
A summary of the expected community benefits has been provided as follows:
It has become clear that there is scope within the legal framework which applies to public contracts, to use contracts to deliver wider social benefits such as:
-Targeted recruitment and training (providing employment and training opportunities/Apprenticeships)
-SME and social enterprise development
-Community engagement
As part of your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.
(SC Ref:774636)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Glasgow Sheriff Court and Justice of the Peace Court
Town: Glasgow
Country: United Kingdom
VI.5) Date of dispatch of this notice:2024-09-20

LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


RELATED ARTICLES

September 23, 2024

United Kingdom-London: Market Engagement: Property Transformation Programme. Workplace Service Management (WSM)

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-030101/EN) Nature of contract: Service contract Procedure: Not applicable Type of bid required: Not

August 21, 2024

Tender for Fire Safety Remedial Works

Type of document: Contract Notice Country: United Kingdom 1. Title: TENDER FOR FIRE SAFETY REMEDIAL WORKS 2. Awarding Authority: Futures Housing Group, Futures