Award

Provision of Specialist ICT Training Courses (Single Supplier Framework Agreement)

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

02 Sep 2019 at 00:00

Tender

03 May 2019 at 00:00

Summary of the contracting process

The Scottish Police Authority is conducting a public procurement process for the "Provision of Specialist ICT Training Courses" under a Single Supplier Framework Agreement, based in Glasgow, UK. The procurement method is an open procedure, and key dates include the tender submission period ending on 10th June 2019, with the award period commencing thereafter. The total estimated contract value is £950,000, with the contract set to last for three years and an option for a one-year extension at the discretion of the Authority.

This tender presents significant opportunities for businesses, particularly those specialising in ICT training services. Companies that are accredited Microsoft Partners and hold relevant certifications, like PeopleCert, would be well-placed to bid for this contract. The competition encourages suppliers to demonstrate both quality and cost-effectiveness, as the award criteria are weighted towards price (70%) and quality (30%). Additionally, SMEs with proven experience in delivering similar training services can leverage this opportunity to expand their presence in the public sector market.

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

Provision of Specialist ICT Training Courses (Single Supplier 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 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 estimate Contract spend over the duration of the Framework Agreement (including any extension periods) is 950,000.00 GBP. The Authority shall not be bound to order the quantities referred to within the Pricing Schedule contained within the Commercial Envelope, accept or pay for any goods and/or services other than those actually ordered.

Renewal: This contract shall be renewed in 3 years from the contract start date OR 4 year if the optional 1 year extension is activated.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000582903
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP365185
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - 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

80500000 - Training services

80510000 - Specialist training services

Notice Value(s)

Tender Value
Not specified
Lots Value
£950,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£950,000 £500K-£1M

Notice Dates

Publication Date
2 Sep 20196 years ago
Submission Deadline
10 Jun 2019Expired
Future Notice Date
Not specified
Award Date
2 Sep 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
3 years after Contract Award date OR 4 years if the optional one (1) year extension is activated.

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLM82 Glasgow City

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

Supplier Information

Number of Suppliers
1
Supplier Name

INDICIA TRAINING

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY353381
    Provision of Specialist ICT Training Courses (Single Supplier Framework Agreement) - 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.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP365185
    Provision of Specialist ICT Training Courses (Single Supplier Framework Agreement) - 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.

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-r6ebe6-0000582903-2019-09-02T00:00:00Z",
    "date": "2019-09-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000582903",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-52",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "email": "Charlotte.Reid@scotland.pnn.police.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-86",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "name": "June Northcote",
                "email": "june.northcote@scotland.pnn.police.uk",
                "telephone": "+44 1786896109",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform (Scotland) Act 2012.",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-244",
            "name": "Indicia Training",
            "identifier": {
                "legalName": "Indicia Training"
            },
            "address": {
                "streetAddress": "Suites 516-521, 50 Wellington Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 6HJ"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-86"
    },
    "tender": {
        "id": "PROC601 - 18/19",
        "title": "Provision of Specialist ICT Training Courses (Single Supplier Framework Agreement)",
        "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.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "80510000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Police Scotland, 2 French Street, Dalmarnock, Glasgow, G40 4EH"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2019-06-10T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-06-10T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY353381",
                "documentType": "contractNotice",
                "title": "Provision of Specialist ICT Training Courses (Single Supplier Framework Agreement)",
                "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.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY353381",
                "format": "text/html"
            },
            {
                "id": "SEP365185",
                "documentType": "awardNotice",
                "title": "Provision of Specialist ICT Training Courses (Single Supplier Framework Agreement)",
                "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.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP365185",
                "format": "text/html"
            }
        ],
        "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 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 estimate Contract spend over the duration of the Framework Agreement (including any extension periods) is 950,000.00 GBP. The Authority shall not be bound to order the quantities referred to within the Pricing Schedule contained within the Commercial Envelope, accept or pay for any goods and/or services other than those actually ordered.",
                "status": "complete",
                "value": {
                    "amount": 950000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "This contract shall be renewed in 3 years from the contract start date OR 4 year if the optional 1 year extension is activated."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-06-10T12:00:00Z",
            "address": {
                "streetAddress": "Police Scotland, 2 French Street, Dalmarnock, Glasgow G40 4EH"
            },
            "description": "via Public Contract Scotland Tender"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "During the period of the Framework 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%"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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;"
                },
                {
                    "type": "economic",
                    "minimum": "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: 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. 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 Bidder's economic and financial standing. Tenders are asked to provide their company number within the ESPD 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."
                },
                {
                    "type": "technical",
                    "minimum": "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 (Framework Agreement). 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. Technical Skills A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise. Technical Resources A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise. Technical Confirmation If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2019-12-09T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "classification": {
            "id": "80500000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "3 years after Contract Award date OR 4 years if the optional one (1) year extension is activated."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:596413)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000582903"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000582903"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC 19/20 - 601",
            "suppliers": [
                {
                    "id": "org-244",
                    "name": "Indicia Training"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC 19/20 - 601",
            "awardID": "PROC 19/20 - 601",
            "status": "active",
            "value": {
                "amount": 950000,
                "currency": "GBP"
            },
            "dateSigned": "2019-09-02T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 088-211177"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "379",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "380",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}