Notice Information
Notice Title
Resilience Training
Notice Description
The Scottish Parliamentary Corporate Body (SPCB) requires a contractor to support the design and delivery of a training programme aimed at developing skills and knowledge around resilience.
Lot Information
Lot 1
The SPCB recognises that there are a range of risks which could potentially affect the ability of the organisation to fulfil its role. As part of the mitigation for and response to these risks we provide training opportunities for our staff and other stakeholders to help develop expertise and experience across a range of resilience topics including, but not limited to: - Business Continuity - Emergency Response - Incident/Critical Event Management (Strategic, Tactical and Operational and Secretariat) - Cyber Security (end-user and incident management, not technical) - Incident Communications - Risk Management To assist with the delivery of this approach the SPCB requires a Contractor (possibly with the support of subcontractors) to: - take a resilience-related business need identified by the Parliament and design and deliver a development programme to meet that business need - evaluate the success of programme delivery - ensure that programmes are consistent with and build on those previously delivered Methods of delivery may include, but are not limited to: workshops (classroom/virtual), e-learning and exercises (table top or live). Additional information: 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.
Renewal: Initial contract period 3 years with option to extend by up to 36 months at the sole discretion of the SPCB
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-037d92
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010473-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80000000 - Education and training services
80500000 - Training services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £180,000 £100K-£500K
Notice Dates
- Publication Date
- 12 Apr 20232 years ago
- Submission Deadline
- 5 Dec 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Apr 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH PARLIAMENTARY CORPORATE BODY
- Contact Name
- Not specified
- Contact Email
- procurement@parliament.scot
- Contact Phone
- +44 1313486620
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH99 1SP
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM13 City of Edinburgh
- Delivery Location
- TLM Scotland
-
- Local Authority
- City of Edinburgh
- Electoral Ward
- City Centre
- Westminster Constituency
- Edinburgh East and Musselburgh
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-037d92-2023-04-12T11:38:11+01:00",
"date": "2023-04-12T11:38:11+01:00",
"ocid": "ocds-h6vhtk-037d92",
"description": "Please note there are minimum requirements at tender stage concerning: 1. Cyber Security - Tenderers will be required to complete an online Supplier Assurance Questionnaire using the Cyber Security Procurement Support Tool (CSPST). A link to CSPST can be found here: https://cyberassessment.gov.scot/ The questionnaire will be aligned to a Cyber Risk Profile that has been established for the contract, based on the Contracting Authority's assessment of cyber risk. Further details will be set out in the procurement documents. A contract condition for this procurement requires the Tenderer to comply with the minimum cyber security requirements. 2. Prompt Payment in the Supply Chain - Tenderers must confirm their acceptance of obligations relating to prompt payment within the supply chain. 3. Approach to Key Personnel/Subcontactors - Tenderers must achieve a score or 2 or above in relation to their approach to identifying Key Personnel and/or subcontractors. Full details and scoring matrix will be provided in the tender documents. The tender stage for this procurement will be conducted through PCS-Tender. If the bidder relies on the capacities of other entities in order to meet the selection criteria, completed SPDs must be provided for these other entities. Please review the guidance available in the Suppliers Area of the Public Contracts Scotland website for how to download a copy of the SPD. In relation to 4C.1.2 of the SPD, this question is split into 6 sections with individual subweighting as follows: (i) Summary of the client brief, 10%, (ii) How you worked with the client to develop the approach, 20%, (iii) How you selected appropriate subject matter experts,15%, (iv) Description of the delivered output (e.g. contents of designed programme or number, format, and duration of events, number of delegates at each event), 20%, (v) How you evaluated success against objectives, 20%, (vi) Feedback from delegates/client, 15%. In relation to question 4C6 of the SPD, this will be evaluated on a pass/fail basis. (SC Ref:728965)",
"initiationType": "tender",
"tender": {
"id": "NIC-SER-485",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Resilience Training",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
"mainProcurementCategory": "services",
"description": "The Scottish Parliamentary Corporate Body (SPCB) requires a contractor to support the design and delivery of a training programme aimed at developing skills and knowledge around resilience.",
"lots": [
{
"id": "1",
"description": "The SPCB recognises that there are a range of risks which could potentially affect the ability of the organisation to fulfil its role. As part of the mitigation for and response to these risks we provide training opportunities for our staff and other stakeholders to help develop expertise and experience across a range of resilience topics including, but not limited to: - Business Continuity - Emergency Response - Incident/Critical Event Management (Strategic, Tactical and Operational and Secretariat) - Cyber Security (end-user and incident management, not technical) - Incident Communications - Risk Management To assist with the delivery of this approach the SPCB requires a Contractor (possibly with the support of subcontractors) to: - take a resilience-related business need identified by the Parliament and design and deliver a development programme to meet that business need - evaluate the success of programme delivery - ensure that programmes are consistent with and build on those previously delivered Methods of delivery may include, but are not limited to: workshops (classroom/virtual), e-learning and exercises (table top or live). Additional information: 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.",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "60"
},
{
"name": "Cost",
"type": "cost",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period 3 years with option to extend by up to 36 months at the sole discretion of the SPCB"
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"selectionCriteria": {
"description": "If there is a tie for 5th place then the candidate who scored highest from the tied candidates in question 4C1.2, part (ii) will be invited. If there is still a tie after question 4C1.2 (ii) has been considered, then all those candidates still tied for 5th place will be invited to tender"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "80500000",
"description": "Training services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "Holyrood, Edinburgh and remotely"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. Tenderers are encouraged to review their financial performance on Creditsafe and read information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/ If a tenderer does not agree with the credit rating it has been given by Creditsafe it can provide supporting evidence to demonstrate its current position and this will be taken into account when the financial standing is being assessed. If a tenderer is not listed on Creditsafe, for whatever reason, then it may be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out. Tenderers should have a Creditsafe credit rating of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit rating score and has the backing of a parent company with a credit rating of 40 or higher, then the provision of a Parent Company Guarantee prior to the award of any contract will be acceptable. If a tenderer has a lower credit rating score and no evidence to support a stable or improved financial standing then the tender may be rejected.",
"minimum": "Credit rating (on Creditsafe) of 40 or above.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "4C1.2 Bidders should provide 2 examples of having designed and/or delivered training on resilience related topics as set out in the contract notice in section II.2.4. Each example must include: (i) summary of the client brief (ii) how you worked with the client to develop the approach (iii)how you selected appropriate subject matter experts (iv) description of the delivered output (e.g. contents of designed programme or number, format, and duration of events, number of delegates at each event) (v)how you evaluated success against objectives (vi)feedback from delegates/client Your examples should include both design and delivery (although not necessarily in the same example) and should include at least 2 different formats of delivery (i.e. training course, e-learning or tabletop/simulation exercise) 4C6 Membership of at least one of the following professional bodies is required: - Business Continuity Institute - Institute of Risk Management - Institute of Operational Risk - Chartered Institute of Management - International Institute for Risk and Safety Management - Chartered Institute of Personnel and Development",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "In order to ensure the highest standards of service quality in this contract the SPCB requires the contractor to take a positive approach to fair work practices. Full details of all performance conditions are set out in the procurement documents"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-12-05T14:00:00Z"
},
"secondStage": {
"invitationDate": "2023-01-09T00:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-5276",
"name": "Scottish Parliamentary Corporate Body",
"identifier": {
"legalName": "Scottish Parliamentary Corporate Body"
},
"address": {
"streetAddress": "The Scottish Parliament, Procurement Services",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH99 1SP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1313486620",
"email": "procurement@parliament.scot",
"url": "https://www.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.parliament.scot",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"description": "Devolved Parliament"
},
{
"scheme": "COFOG",
"description": "Legislative Body"
}
]
}
},
{
"id": "GB-FTS-404",
"name": "Edinburgh Sheriff Court",
"identifier": {
"legalName": "Edinburgh Sheriff Court"
},
"address": {
"streetAddress": "27 Chambers Street",
"locality": "Edinburgh",
"postalCode": "EH1 1LB",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-80061",
"name": "CHEMTREC",
"identifier": {
"legalName": "CHEMTREC"
},
"address": {
"streetAddress": "Rutherford Appleton Laboratory,, Building R104",
"locality": "Didcot",
"region": "UKJ14",
"postalCode": "OX110QX",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-5276",
"name": "Scottish Parliamentary Corporate Body"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000704547"
}
],
"language": "en",
"awards": [
{
"id": "010473-2023-NIC-SER-485-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-80061",
"name": "CHEMTREC"
}
]
}
],
"contracts": [
{
"id": "010473-2023-NIC-SER-485-1",
"awardID": "010473-2023-NIC-SER-485-1",
"status": "active",
"value": {
"amount": 180000,
"currency": "GBP"
},
"dateSigned": "2023-04-04T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 4
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 4
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 4
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 4
}
]
}
}