Construction Industry Training Board is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Enabling Specialist Provisions |
Notice type: | Contract Notice |
Authority: | Construction Industry Training Board |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | CITB requires one or more Training Providers to provide Enabling Specialist Provision (ESP) for the specialist applied-skills programme for occupations leading to a National or Scottish Vocational Qualification (NVQ or SVQ). Providers will be responsible for the recruitment of their learners for the lots listed on the ESP Matrix in the document area of the DPS. The geographic location is mainly within any area of ‘Great Britain’ with some Lots within specific areas of ‘Great Britain’, as detailed in the ESP Matrix, which will meet the needs of the construction industry as identified by CITB. The value of this commission for the next 3 years is up to £4.5m. Where Lots are in specific areas only bids will be accepted providing training within these areas. |
Published: | 25/11/2021 16:15 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Construction Industry Training Board
Sand Martin House, Bittern Way, Bittern Way, Peterborough, PE2 8TY, United Kingdom
Tel. +44 7768178752, Email: cheryl.morgan@citb.co.uk
Contact: Cheryl Morgan
Main Address: https://www.citb.co.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Peterborough:-Specialist-training-services./VA7PFS67E6
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Charity
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Enabling Specialist Provisions
Reference Number: 631285026
II.1.2) Main CPV Code:
80510000 - Specialist training services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: CITB requires one or more Training Providers to provide Enabling Specialist Provision (ESP) for the specialist applied-skills programme for occupations leading to a National or Scottish Vocational Qualification (NVQ or SVQ). Providers will be responsible for the recruitment of their learners for the lots listed on the ESP Matrix in the document area of the DPS. The geographic location is mainly within any area of ‘Great Britain’ with some Lots within specific areas of ‘Great Britain’, as detailed in the ESP Matrix, which will meet the needs of the construction industry as identified by CITB. The value of this commission for the next 3 years is up to £4.5m. Where Lots are in specific areas only bids will be accepted providing training within these areas.
II.1.5) Estimated total value:
Value excluding VAT: 4,500,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM
II.2.4) Description of procurement: Initial areas of specialism:
Lot 01 – NVQ Level 2 Asbestos Removal (England)
Lot 02 – NVQ Level 2 Joint Sealant Application (Great Britain)
Lot 03 – NVQ Level 2 Land Drilling Operative (Great Britain)
Lot 04 – NVQ Level 2 Wood Floor Installation Operative (Great Britain)
Lot 05 – NVQ Level 2 Diamond Drilling Operative (Great Britain)
Lot 06 – NVQ Level 2 Resin Flooring Operative (Great Britain)
Lot 07 – NVQ Level 2 Surface Preparation Operative (Great Britain)
Lot 08 – NVQ Level 2 Floor Screeding Operative (Great Britain)
Lot 09 – NVQ Level 2 Hire and Rental Operative (Great Britain)
Lot 10 – NVQ Level 2 Liquid Roofing Operative (Great Britain)
Lot 11 – NVQ Level 2 Hard and Soft Metals Roofing Operative (Great Britain)
Lot 12 – NVQ Level 2 Heritage Hard and Soft Metals Roofing Operative (Great Britain)
Lot 13 – NVQ Level 2 Chimney Engineering (Great Britain)
Lot 14 – NVQ Level 2 Demolition Site Operative (Scotland)
Lot 15 – NVQ Level 2 Asbestos Removal (Scotland)
Lot 16 – NVQ Level 2 Post and Beam (Great Britain)
Lot 17 – NVQ Level 3 Heritage Wood Occupations (Great Britain)
Lot 18 – NVQ Level 2 Timber Preservation (Great Britain)
Lot 19 – NVQ Level 2 Waterproofing (Great Britain)
Lot 20 – NVQ Level 3 Heritage Brick (Great Britain)
Lot 21 – NVQ Level 2 Pitched Roofing (Wales)
Lot 22 – NVQ Level 3 Heritage Roof, Slating and Tiling (Great Britain)
Lot 23 – NVQ Level 2 Road Marking Operative (Great Britain)
Lot 24 – NVQ Level 2 Single Ply Roofing (Great Britain)
Lot 25 – NVQ Level 2 Façade Preservation (Great Britain)
Lot 26 – NVQ Level 2 Stone Fixer (Great Britain)
Lot 27 – NVQ Level 3 Heritage Stone Masonry (Great Britain)
Lot 28 – NVQ Level 3 Heritage Wood Occupations (England)
Lot 29 – NVQ Level 3 Heritage Plastering (Great Britain)
Lot 30 – NVQ Level 2 External Wall Installation (Great Britain)
Lot 31 – NVQ Level 2 Internal Wall Installation (Great Britain)
Lot 32 – NVQ Level 2 Rainscreen Installation Operative (Great Britain)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 72
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Not provided
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: Not provided
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:
Awarding body accreditation
Qualified staff
Sufficient resources
Appropriate training facilities
ATO status with CITB
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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: No
Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 11/01/2022 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 40 days
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Peterborough:-Specialist-training-services./VA7PFS67E6
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/VA7PFS67E6
VI.4) Procedures for review
VI.4.1) Review body:
Construction Industry Training Board
Sand Martin House, Bittern Way, Peterborough, PE2 8TY, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 25/11/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Construction Industry Training Board
Sand Martin House, Bittern Way, Bittern Way, Peterborough, PE2 8TY, United Kingdom
Tel. +44 7768178752, Email: cheryl.morgan@citb.co.uk
Contact: Cheryl Morgan
Main Address: https://www.citb.co.uk/
NUTS Code: UK
I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes
I.4)Type of the contracting authority:
Other type:: Charity
I.5) Main activity:
Education
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Enabling Specialist Provisions
Reference number: 631285026
II.1.2) Main CPV code:
80510000 - Specialist training services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: CITB requires one or more Training Providers to provide Enabling Specialist Provision (ESP) for the specialist applied-skills programme for occupations leading to a National or Scottish Vocational Qualification (NVQ or SVQ). Providers will be responsible for the recruitment of their learners for the lots listed on the ESP Matrix in the document area of the DPS. The geographic location is mainly within any area of ‘Great Britain’ with some Lots within specific areas of ‘Great Britain’, as detailed in the ESP Matrix, which will meet the needs of the construction industry as identified by CITB. The value of this commission for the next 3 years is up to £4.5m. Where Lots are in specific areas only bids will be accepted providing training within these areas.
II.1.6) Information about lots
This contract is divided into lots: No
II.1.7) Total value of the procurement (excluding VAT)
Value: 96,000
Currency:GBP
II.2) Description
II.2.2) Additional CPV code(s):
Not Provided
II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM
Main site or place of performance:
UNITED KINGDOM
II.2.4) Description of the procurement: Passive Fire
II.2.5) Award criteria:
Quality criterion - Name: Criterion 1 / Weighting: 80
Cost criterion - Name: Criterion 1 / Weighting: 20
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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: No
A dynamic purchasing system was set up: Yes
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2021/S 000-029392
IV.2.8) Information about termination of dynamic purchasing system
The notice involves the termination of the dynamic purchasing system published by the above contract notice: No
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/03/2023
V.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Training and Assessment Consultants Ltd, 05328288
Nottingham, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 96,000
Total value of the contract/lot: 96,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=791137660
VI.4) Procedures for review
VI.4.1) Review body
Construction Industry Training Board
Sand Martin House, Bittern Way, Peterborough, PE2 8TY, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 29/06/2023