Notice Information
Notice Title
Forest Operations Technical Training, First Aid Training and Driver Assessment Services Scotland
Notice Description
The provision of Forest Operations Technical Training, First Aid Training and Driver Assessment Services across all Scotland.
Lot Information
Forest Operations Technical Training
The FC intends to award a single supplier to this lot (1) for the delivery of Forest Operations Technical Training and Assessment services for operators,supervisors and managers in the FC to UK industry standard. Incorporating UKWAS standard as appropriate and other relevant standards including FISA and country approved codes of practice (ACoP) Training to be delivered to Scottish Credit and Qualifications Framework (SCQF) requirements throughout Scotland by suitably qualified training instructors and assessors for the following; Pesticides: Pesticide Training courses, and Independent Assessment courses carried out to UK forestry industry standards meeting legislative requirements under the Control of Pesticide regulations. Chainsaw & Forest Maintenance Tools: Chainsaw Operations, Pole Powered Pruners, Clearing Saw, Brush Cutter and Trimmer, and Woodchipper Training, Independent Assessment and Refresher courses carried out to UK forestry industry standard meeting legislative requirements. ATV: ATV, Sit-in/Sit-astride, Training, Independent Assessment, and Refresher courses carried out to UK forestry industry standard, meeting legislative requirements. Forest Machinery: Forest Machinery and all associated modules- including excavators, forwarders, harvesters, tractors, Independent Assessment, and refresher courses carried out to UK forestry industry standards, meeting legislative requirements. Training will be delivered on either FC premises or external premises which will be arranged and paid for directly by the FC. Delegates will be identified by the FC and training will be tailored to the needs of the delegate or group of delegates. Training may require to be delivered on a one-to-one basis, or in group settings depending on the type of training or training requirements at that time.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: The framework will be for an initial period of 2 years, plus 2x12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC.
First Aid & First Aid Refresher TrainingThe requirement is for the delivery of either full or update training in First Aid and First Aid +F (Forestry), delivered to Emergency First Aid at Work (EFAW) and First Aid at Work (FAW) levels to FC & FES staff throughout Scotland by suitably qualified First Aid Training Instructors. The successful contractor should teach the first-aid management of injuries and illness, in relation to the topics covered in FAW/EFAW training courses, in accordance with: Current guidelines published by the Resuscitation Council (UK); and The current edition of the first-aid manual of the voluntary Aid Societies (St John Ambulance, British Red Cross, St Andrew's First Aid); or Other published guidelines, provided they are in line with the three above or supported by a responsible body of medical opinion. Training will be delivered on either FC premises or external premises which will be arranged and paid for directly by the FC. Delegates will be identified by the FC and training will be tailored to the needs of the delegate or group of delegates. First Aid training will be in a group setting with up to a maximum of 10 delegates depending on training requirements at that time.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: The framework will be for an initial period of 2 years, plus 2x12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC.
Driver Assessment ServicesThe requirement is for the provision of a Driver Assessment service to Forestry Commission (FC) & Forest Enterprise Scotland (FES) staff throughout Scotland to be delivered by Driving & Vehicle Standards Agency (DVSA) Approved Driving Instructors (ADI). Delegates will be identified by the FC and assessment will be tailored to the needs of the delegate. All vehicles required for assessments will be provided by the FC. We would try where at all possible to ensure that the participants undergo the practical driving assessment in the vehicle or type of vehicle that they most regularly drive. The Forestry Commission is a government agency and is self- insured. Forestry Commission vehicles are exempt from road tax. Each of the following elements must be included within each Driver assessment course as a minimum. The courses should be delivered in half day sessions for each participant and are to be delivered in our offices and the surrounding areas. Rooms will be made available for the office based part of each course. Assessments should be delivered on a one-to-one basis. Each assessment session for an individual candidate should consist of the following Short office based presentation on theory by the trainer prior the in-car assessment. One to one Driver assessment and coaching, for each participant. This will include an assessment on each participant and an assessment of the participant's vehicle condition. There will be a practical assessment carried out on a range of roads to assess driver competency. This will be followed by a coaching and feedback session on the participant's performance. We expect the one to one session to last half a day and include up to 1.5 hours of driving. The detailed structure may vary for each participant depending on their competence and assessment needs. Staff and vehicles are predominantly based at our district offices within each Forest District. In the main we would expect assessments to be based from there; however there may on occasion be a requirement to deliver assessment at some of our more remote offices or outstations.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: The framework will be for an initial period of 2 years, plus 2x12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000531055
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR352864
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award 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
80411000 - Driving-school services
80411200 - Driving lessons
80500000 - Training services
80510000 - Specialist training services
80511000 - Staff training services
80562000 - First-aid training services
Notice Value(s)
- Tender Value
- £581,200 £500K-£1M
- Lots Value
- £581,200 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £581,200 £500K-£1M
Notice Dates
- Publication Date
- 30 Apr 20196 years ago
- Submission Deadline
- 30 Aug 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Mar 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- March 2022
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FORESTRY AND LAND SCOTLAND
- Additional Buyers
- Contact Name
- Monika Kazmierczak
- Contact Email
- procurement.scotland@forestry.gsi.gov.uk, procurement@forestryandland.gov.scot
- Contact Phone
- +44 3000675000
Buyer Location
- Locality
- EDINBURGH
- Postcode
- EH12 7AT
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM2 Highlands and Islands
- Small Region (ITL 3)
- TLM20 Highlands and Islands
- Delivery Location
- TLM Scotland
-
- Local Authority
- Highland
- Electoral Ward
- Inverness Millburn
- Westminster Constituency
- Inverness, Skye and West Ross-shire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL326286
Forest Operations Technical Training, First Aid Training and Driver Assessment Services Scotland - The provision of Forest Operations Technical Training, First Aid Training and Driver Assessment Services across all Scotland. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR352864
Forest Operations Technical Training, First Aid Training and Driver Assessment Services Scotland - The provision of Forest Operations Technical Training, First Aid Training and Driver Assessment Services across all Scotland.
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-r6ebe6-0000531055-2019-04-30T00:00:00Z",
"date": "2019-04-30T00:00:00Z",
"ocid": "ocds-r6ebe6-0000531055",
"initiationType": "tender",
"parties": [
{
"id": "org-22",
"name": "Forestry Commission",
"identifier": {
"legalName": "Forestry Commission"
},
"address": {
"streetAddress": "Silvan House, 231 Corstorphine Road",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH12 7AT"
},
"contactPoint": {
"name": "Monika Kazmierczak",
"email": "Procurement.Scotland@forestry.gsi.gov.uk",
"telephone": "+44 3000675000",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "05",
"description": "Environmental protection",
"scheme": "COFOG"
}
],
"url": "http://www.forestry.gov.uk/"
}
},
{
"id": "org-7",
"name": "Forestry and Land Scotland",
"identifier": {
"legalName": "Forestry and Land Scotland"
},
"address": {
"streetAddress": "1 Highlander Way, Inverness Retail Park",
"locality": "Inverness",
"region": "UKM",
"postalCode": "IV2 7GB"
},
"contactPoint": {
"name": "Monika Kazmierczak",
"email": "procurement@forestryandland.gov.scot",
"telephone": "+44 3000675000",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "05",
"description": "Environmental protection",
"scheme": "COFOG"
}
],
"url": "http://www.forestry.gov.uk/"
}
},
{
"id": "org-8",
"name": "First Aid Training Co-operative",
"identifier": {
"legalName": "First Aid Training Co-operative"
},
"address": {
"streetAddress": "28 Birkhill Ave",
"locality": "Wormit",
"region": "UKM",
"postalCode": "DD6 8PW"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-9",
"name": "TKF Training",
"identifier": {
"legalName": "TKF Training"
},
"address": {
"streetAddress": "Cross Gate Road",
"locality": "Holmfirth",
"region": "UK",
"postalCode": "Hd9 1SL"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-10",
"name": "GalloGlas Security & Logistics Ltd",
"identifier": {
"legalName": "GalloGlas Security & Logistics Ltd"
},
"address": {
"streetAddress": "1 Clunie Court",
"locality": "Dumfries",
"region": "UK",
"postalCode": "DG2 9FE"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-11",
"name": "Forestry Commission",
"identifier": {
"legalName": "Forestry Commission"
},
"address": {
"streetAddress": "Silvan House, 231 Corstorphine Road",
"locality": "Edinburgh",
"postalCode": "EH12 7AT"
},
"contactPoint": {
"telephone": "+44 3000675000",
"url": "http://https://www.forestry.gov.uk/"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Forestry and Land Scotland",
"id": "org-7"
},
"tender": {
"id": "FW0037",
"title": "Forest Operations Technical Training, First Aid Training and Driver Assessment Services Scotland",
"description": "The provision of Forest Operations Technical Training, First Aid Training and Driver Assessment Services across all Scotland.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "80500000",
"scheme": "CPV"
},
{
"id": "80510000",
"scheme": "CPV"
},
{
"id": "80511000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "80562000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across all Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "80411000",
"scheme": "CPV"
},
{
"id": "80411200",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across all Scotland"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "3"
}
],
"value": {
"amount": 581200,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-08-30T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-08-30T12:00:00Z"
},
"documents": [
{
"id": "JUL326286",
"documentType": "contractNotice",
"title": "Forest Operations Technical Training, First Aid Training and Driver Assessment Services Scotland",
"description": "The provision of Forest Operations Technical Training, First Aid Training and Driver Assessment Services across all Scotland.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL326286",
"format": "text/html"
},
{
"id": "APR352864",
"documentType": "awardNotice",
"title": "Forest Operations Technical Training, First Aid Training and Driver Assessment Services Scotland",
"description": "The provision of Forest Operations Technical Training, First Aid Training and Driver Assessment Services across all Scotland.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR352864",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Forest Operations Technical Training",
"description": "The FC intends to award a single supplier to this lot (1) for the delivery of Forest Operations Technical Training and Assessment services for operators,supervisors and managers in the FC to UK industry standard. Incorporating UKWAS standard as appropriate and other relevant standards including FISA and country approved codes of practice (ACoP) Training to be delivered to Scottish Credit and Qualifications Framework (SCQF) requirements throughout Scotland by suitably qualified training instructors and assessors for the following; Pesticides: Pesticide Training courses, and Independent Assessment courses carried out to UK forestry industry standards meeting legislative requirements under the Control of Pesticide regulations. Chainsaw & Forest Maintenance Tools: Chainsaw Operations, Pole Powered Pruners, Clearing Saw, Brush Cutter and Trimmer, and Woodchipper Training, Independent Assessment and Refresher courses carried out to UK forestry industry standard meeting legislative requirements. ATV: ATV, Sit-in/Sit-astride, Training, Independent Assessment, and Refresher courses carried out to UK forestry industry standard, meeting legislative requirements. Forest Machinery: Forest Machinery and all associated modules- including excavators, forwarders, harvesters, tractors, Independent Assessment, and refresher courses carried out to UK forestry industry standards, meeting legislative requirements. Training will be delivered on either FC premises or external premises which will be arranged and paid for directly by the FC. Delegates will be identified by the FC and training will be tailored to the needs of the delegate or group of delegates. Training may require to be delivered on a one-to-one basis, or in group settings depending on the type of training or training requirements at that time.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "complete",
"value": {
"amount": 419200,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The framework will be for an initial period of 2 years, plus 2x12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC."
}
},
{
"id": "2",
"title": "First Aid & First Aid Refresher Training",
"description": "The requirement is for the delivery of either full or update training in First Aid and First Aid +F (Forestry), delivered to Emergency First Aid at Work (EFAW) and First Aid at Work (FAW) levels to FC & FES staff throughout Scotland by suitably qualified First Aid Training Instructors. The successful contractor should teach the first-aid management of injuries and illness, in relation to the topics covered in FAW/EFAW training courses, in accordance with: Current guidelines published by the Resuscitation Council (UK); and The current edition of the first-aid manual of the voluntary Aid Societies (St John Ambulance, British Red Cross, St Andrew's First Aid); or Other published guidelines, provided they are in line with the three above or supported by a responsible body of medical opinion. Training will be delivered on either FC premises or external premises which will be arranged and paid for directly by the FC. Delegates will be identified by the FC and training will be tailored to the needs of the delegate or group of delegates. First Aid training will be in a group setting with up to a maximum of 10 delegates depending on training requirements at that time.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "complete",
"value": {
"amount": 54000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The framework will be for an initial period of 2 years, plus 2x12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC."
}
},
{
"id": "3",
"title": "Driver Assessment Services",
"description": "The requirement is for the provision of a Driver Assessment service to Forestry Commission (FC) & Forest Enterprise Scotland (FES) staff throughout Scotland to be delivered by Driving & Vehicle Standards Agency (DVSA) Approved Driving Instructors (ADI). Delegates will be identified by the FC and assessment will be tailored to the needs of the delegate. All vehicles required for assessments will be provided by the FC. We would try where at all possible to ensure that the participants undergo the practical driving assessment in the vehicle or type of vehicle that they most regularly drive. The Forestry Commission is a government agency and is self- insured. Forestry Commission vehicles are exempt from road tax. Each of the following elements must be included within each Driver assessment course as a minimum. The courses should be delivered in half day sessions for each participant and are to be delivered in our offices and the surrounding areas. Rooms will be made available for the office based part of each course. Assessments should be delivered on a one-to-one basis. Each assessment session for an individual candidate should consist of the following Short office based presentation on theory by the trainer prior the in-car assessment. One to one Driver assessment and coaching, for each participant. This will include an assessment on each participant and an assessment of the participant's vehicle condition. There will be a practical assessment carried out on a range of roads to assess driver competency. This will be followed by a coaching and feedback session on the participant's performance. We expect the one to one session to last half a day and include up to 1.5 hours of driving. The detailed structure may vary for each participant depending on their competence and assessment needs. Staff and vehicles are predominantly based at our district offices within each Forest District. In the main we would expect assessments to be based from there; however there may on occasion be a requirement to deliver assessment at some of our more remote offices or outstations.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "complete",
"value": {
"amount": 108000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The framework will be for an initial period of 2 years, plus 2x12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC."
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2018-08-30T12:00:00Z",
"address": {
"streetAddress": "Forest Enterprise Scotland FES Head Office Inverness or FES Offices, Silvan House, Edinburgh"
},
"description": "After the tender deadline has passed, An approved member of the procurement team will unlock and open the envelopes on the PCS-T system. The approved evaluation team will only be able to view the technical envelopes once pre- evaluation briefing has taken place."
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "All information relevant to contract performance conditions (KPI's) are included in the ESPD Scotland module, within the PCS-T project_9924"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "All relevant selection criteria are included in the ESPD Scotland module, within the PCS-T project_9924"
},
{
"type": "economic",
"description": "It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract,the types and levels of insurance indicated below:",
"minimum": "Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = not less than 5 million GBP for any one incident and unlimited in total. Professional Indemnity Insurance = 500 thousand GBP Please note it is a legal requirement that all bidders hold a minimum of GBP 5 million Employers (Compulsory) Liability Insurance except those companies which are exempt in specific circumstances. For further guidance see: http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"description": "Due to the character limits in the OJEU notice the standard statements for the ESPD selection Criteria (PCSTQualification Envelope) are available in the document ESPD Statements -- Technical and Professional Ability in the Bidders Attachments area of PCS-T project_9924, and alongside each relevant question within the ESPD module.",
"minimum": "Bidders should ensure that all responses submitted to the questions in the ESPD directly relate to the requirements outlined in the statements against each question. Bidders should be aware that if their responses do not demonstrate the technical and professional abilities required which are advised in the statement against each particular question, their submission may be rejected in its entirety at that stage of the competition."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 3
}
},
"classification": {
"id": "80500000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "March 2022"
}
},
"language": "EN",
"description": "If any question within the ESPD subject to pass/fail scoring is scored 'fail' the entire bid shall be set aside and take no further part in the competition. The FC intends to apply minimum scoring requirements for this tender as follows; Any bidder who receives a score of 0 for their response to any of the award criteria questions will automatically have their submission rejected in its entirety and will take no further part in the process. Any bidder who receives an overall score of less than 50% for their technical submission in any lot for which they submit a bid will automatically have their submission rejected in its entirety and will take no further part in the process for that lot. Bidders successful in being named as preferred bidders following evaluation of tender submissions will be required to supply evidence of minimum requirements as requested in the ESPD. These bidders will have 5 working days to submit the documents. Note: Failure to submit documents within this timescale may result in your tender submission being rejected. The following scoring system will be used for evaluating responses to award criteria questions: 0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 25 Poor Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 50 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 75 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. 100 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full. Price will be evaluated using the 'standard differential method'. Each bidder receives 100% of the available marks less the percentage by which their tender is more expensive than the lowest tender. Bidders must note that although the value of the Framework has been estimated at GBP581,200. The FC may modify the Framework, irrespective of the monetary value of those modifications, within the scope permitted as allowed under Regulation 72(1) of The Public Contracts (Scotland) Regulations 2015, should Operational reasons require it. Actual requirements can vary due to changes in; Operational practices - changes to Operational practices may result in new, different methods of working, or the discontinuation of certain working practices, therefore impacting on types and volume of training required. Organisational change - changes to the current FC structure may result in the rationalization of, or increase in its work force and therefore possible decreases or increases in the need for training requirements. Policy Change -The current drive from Scottish Government to increase restock volumes across the National Forest Estate, may result in an increase in forest operations, which may result in an increased training requirement. All pricing must be exclusive of VAT. Any costs not included will be presumed to be waived.\" (SC Ref:582146)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000531055"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000531055"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "FW0037-1",
"title": "First Aid & First Aid Refresher Training",
"suppliers": [
{
"id": "org-8",
"name": "First Aid Training Co-operative"
}
],
"relatedLots": [
"2"
]
},
{
"id": "FW0037-2",
"title": "Forest Operations Technical Training",
"suppliers": [
{
"id": "org-9",
"name": "TKF Training"
}
],
"relatedLots": [
"1"
]
},
{
"id": "FW0037-3",
"title": "Driver Assessment Services",
"suppliers": [
{
"id": "org-10",
"name": "GalloGlas Security & Logistics Ltd"
}
],
"relatedLots": [
"3"
]
}
],
"contracts": [
{
"id": "FW0037-1",
"awardID": "FW0037-1",
"title": "First Aid & First Aid Refresher Training",
"status": "active",
"value": {
"amount": 54000,
"currency": "GBP"
},
"dateSigned": "2019-04-23T00:00:00Z"
},
{
"id": "FW0037-2",
"awardID": "FW0037-2",
"title": "Forest Operations Technical Training",
"status": "active",
"value": {
"amount": 419200,
"currency": "GBP"
},
"dateSigned": "2019-03-19T00:00:00Z"
},
{
"id": "FW0037-3",
"awardID": "FW0037-3",
"title": "Driver Assessment Services",
"status": "active",
"value": {
"amount": 108000,
"currency": "GBP"
},
"dateSigned": "2019-03-19T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "12",
"measure": "bids",
"value": 20,
"relatedLot": "2"
},
{
"id": "13",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "14",
"measure": "bids",
"value": 1,
"relatedLot": "3"
}
]
}
}