Award

PROC 21-1307 Provision of Specialist ICT Training Courses (Framework Agreement)

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

19 Apr 2022 at 10:56

Tender

03 Nov 2021 at 12:05

Summary of the contracting process

The Scottish Police Authority has initiated a tender process titled "PROC 21-1307 Provision of Specialist ICT Training Courses (Framework Agreement)", focused on training services. The contract is active and involves providing specialist ICT training both onsite and offsite across the United Kingdom. The procurement method is an open procedure, with the tender period scheduled to end on 9th December 2021. The total estimated value of the contract is £1,610,000, with an initial duration of two years and an option to extend for an additional twelve months.

This tender presents substantial opportunities for businesses specialising in ICT training, particularly those that are accredited to recognised standards such as PeopleCert and Microsoft Partner. Companies capable of delivering both core and non-core training courses, especially those equipped for onsite and offsite engagements, would be ideally positioned to compete. The framework's design allows for a single supplier agreement, which could benefit businesses looking to establish a strong partnership with the Scottish Police Authority while enhancing their market visibility.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

PROC 21-1307 Provision of Specialist ICT Training Courses (Framework Agreement)

Notice Description

The Scottish Police Authority (known as the "the Authority") has a requirement to appoint a Contractor to deliver ICT Specialist Training both onsite and offsite. The Contractor must be able to deliver core courses that have been identified, there will also be a provision for the Contractor to deliver non-core courses.

Lot Information

Lot 1

The Scottish Police Authority (known as the "the Authority") has a requirement to appoint a Contractor to deliver ICT Specialist Training both onsite and offsite. The Contractor must be able to deliver core courses that have been identified, there will also be a provision for the Contractor to deliver non-core courses. The duration of the Framework will be for two (2) 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. This is a Single Supplier Framework Agreement.

Renewal: The initial contract period will be 24 months, with the option to extend for a period up to 12 months.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02f2fb
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/010185-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80500000 - Training services

80510000 - Specialist training services

Notice Value(s)

Tender Value
Not specified
Lots Value
£1,610,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,610,000 £1M-£10M

Notice Dates

Publication Date
19 Apr 20223 years ago
Submission Deadline
9 Dec 2021Expired
Future Notice Date
Not specified
Award Date
17 Apr 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
2 year period, 3 years if optional extension is activated.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Not specified
Contact Email
rebecca.hall@scotland.pnn.police.uk
Contact Phone
Not specified

Buyer Location

Locality
GLASGOW
Postcode
G51 1DZ
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
1
Supplier Name

INDICIA TRAINING

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02f2fb-2022-04-19T11:56:31+01:00",
    "date": "2022-04-19T11:56:31+01:00",
    "ocid": "ocds-h6vhtk-02f2fb",
    "description": "(SC Ref:690637)",
    "initiationType": "tender",
    "tender": {
        "id": "PROC 21-1307",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "PROC 21-1307 Provision of Specialist ICT Training Courses (Framework Agreement)",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "80500000",
            "description": "Training services"
        },
        "mainProcurementCategory": "services",
        "description": "The Scottish Police Authority (known as the \"the Authority\") has a requirement to appoint a Contractor to deliver ICT Specialist Training both onsite and offsite. The Contractor must be able to deliver core courses that have been identified, there will also be a provision for the Contractor to deliver non-core courses.",
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Police Authority (known as the \"the Authority\") has a requirement to appoint a Contractor to deliver ICT Specialist Training both onsite and offsite. The Contractor must be able to deliver core courses that have been identified, there will also be a provision for the Contractor to deliver non-core courses. The duration of the Framework will be for two (2) 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. This is a Single Supplier Framework Agreement.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 1610000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial contract period will be 24 months, with the option to extend for a period up to 12 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80510000",
                        "description": "Specialist training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "-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 Contractors MUST be accredited to PeopleCert. Contractors MUST be a Microsoft Partner.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "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": "-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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "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": "-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 \"Provision of 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "During the period of the Contract Agreement, the Contractor shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Quality - Category Weight - 30% Contract Outcome: Sub-Weighting - 80% Continual Improvement/Innovation - 20% Cost - Category Weight - 20% Invoice Accuracy: Sub-Weighting - 100% Service - Category Weight - 40% Complaints: Sub-Weighting - 30% Communication: Sub-Weighting - 30% Management Information - 40% Sustainability - Category Weight - 10% Sustainable Processes: Sub-Weighting - 50% Community Benefits: Sub-Weighting - 50% Please see Procurement documentation Proc 21-1307 Contract Notice for further info",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-12-09T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2021-12-09T12:00:00Z"
        },
        "bidOpening": {
            "date": "2021-12-09T12:00:00Z"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2 year period, 3 years if optional extension is activated."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-2697",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "rebecca.hall@scotland.pnn.police.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.spa.police.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA19762",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-3525",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-50406",
            "name": "Indicia Training",
            "identifier": {
                "legalName": "Indicia Training"
            },
            "address": {
                "streetAddress": "Suites 516-521, 50 Wellington Street",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G2 6HJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1412215676"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2697",
        "name": "Scottish Police Authority"
    },
    "language": "en",
    "awards": [
        {
            "id": "010185-2022-PROC 21-1307-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-50406",
                    "name": "Indicia Training"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "010185-2022-PROC 21-1307-1",
            "awardID": "010185-2022-PROC 21-1307-1",
            "status": "active",
            "value": {
                "amount": 1610000,
                "currency": "GBP"
            },
            "dateSigned": "2022-04-18T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}