Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
North Ayrshire Council
Cunninghame House, Friars Croft
Irvine
KA12 8EE
UK
Person cyswllt: Fiona Wilson
Ffôn: +44 1294310000
E-bost: fionawilson@north-ayrshire.gov.uk
NUTS: UKM93
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.north-ayrshire.gov.uk
Cyfeiriad proffil y prynwr: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
NAC/5206 Provision of Health & Safety Training Courses Framework
Cyfeirnod: NAC/5206
II.1.2) Prif god CPV
80500000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
North Ayrshire Council (NAC) are seeking suitably qualified and experienced suppliers to deliver a selection of mandatory health and safety training courses to NAC staff. The framework will comprise of 3 Lots:
Lot 1 - IOSH Training
Lot 2 - IOSH Construction Training
Lot 3 - Health and Safety Training
Courses will predominantly be delivered on NAC premises throughout North Ayrshire
The framework will be for a period of 4 years.
The terms that will apply to this Framework are NAC/5206 Framework Terms and Conditions and NAC Exit Terms and Conditions. NAC/5206 Terms and Conditions for the Purchase of Services will apply to call-off contracts.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 390 400.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Ydy
Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 3 lotiau
II.2) Disgrifiad
Rhif y Lot 1
II.2.1) Teitl
Lot 1 - IOSH Training
II.2.2) Cod(au) CPV ychwanegol
80500000
80510000
80550000
II.2.3) Man cyflawni
Cod NUTS:
UKM93
Prif safle neu fan cyflawni:
Across North Ayrshire
II.2.4) Disgrifiad o’r caffaeliad
North Ayrshire Council (NAC) are seeking to appoint 3 suitably qualified and experienced service providers to deliver IOSH Training, including:
ISOH Managing Safely,
IOSH Managing Safely Refresher,
IOSH Working Safely and
Risk Assessment training.
Bidders must be able to deliver face to face training on NAC premises.
Courses must meet IOSH Standards and result in an official IOSH certification upon successful completion.
Please note that bidders will be required to commit to delivering all elements of this framework directly, with no sub-contracting permitted.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 20
Price
/ Pwysoliad:
80
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 244 400.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The evaluation will be based on face to face delivery of the training at North Ayrshire Council premises. Optional pricing will be requested for face to face training at a bidder organised training centre within North Ayrshire and virtual/online (live) training using IOSH-approved platforms. Optional pricing will not be included within the evaluation.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 2
II.2.1) Teitl
Lot 2 - IOSH Construction Training
II.2.2) Cod(au) CPV ychwanegol
80500000
80510000
80550000
II.2.3) Man cyflawni
Cod NUTS:
UKM93
Prif safle neu fan cyflawni:
Across North Ayrshire
II.2.4) Disgrifiad o’r caffaeliad
North Ayrshire Council (NAC) are seeking 2 suitably experienced and qualified service providers to deliver IOSH Construction Training, including:
ISOH Safety, Health & Environment for Construction Site Managers and
IOSH Safety, Health & Environment for Construction Workers.
Bidders must be able to deliver face to face training on NAC premises.
Courses must meet IOSH standards and result in official IOSH certification upon successful completion.
Please note that bidders will be required to commit to delivering all elements of this framework directly, with no sub-contracting permitted.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 20
Price
/ Pwysoliad:
80
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 70 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The evaluation will be based on face to face delivery of the training at North Ayrshire Council premises. Optional pricing will be requested for face to face training at a bidder organised training centre within North Ayrshire and virtual/online (live) training using IOSH-approved platforms. Optional pricing will not be included within the evaluation.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Rhif y Lot 3
II.2.1) Teitl
Lot 3 - Health and Safety Training
II.2.2) Cod(au) CPV ychwanegol
80500000
80510000
80550000
II.2.3) Man cyflawni
Cod NUTS:
UKM93
Prif safle neu fan cyflawni:
Across North Ayrshire
II.2.4) Disgrifiad o’r caffaeliad
North Ayrshire Council (NAC) are seeking 2 suitably experienced and qualified service providers to deliver the following health and safety training courses:
Manual Handling,
Sharps Awareness,
Asbestos Awareness,
COSHH Awareness,
Ladder Safety Awareness and
Scaffolding Awareness for Users.
Bidders must be able to deliver face to face training on NAC premises.
Please note that bidders will be required to commit to delivering all elements of this framework directly, with no sub-contracting permitted.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Quality
/ Pwysoliad: 20
Price
/ Pwysoliad:
80
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 76 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
The evaluation will be based on face to face delivery of the training at North Ayrshire Council premises. Optional pricing will be requested for face to face training at a bidder organised training centre within North Ayrshire. Optional pricing will not be included within the evaluation.
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships noted within the specification for each Lot.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders will be required to have a minimum yearly “general” turnover of 30,000 GBP for the last 3 years. This requirement is applicable to all Lots. Where a bidder seeks to bid for multiple lots, they must evidence a combined annual turnover that meets the aggregated requirement. For example when bidding for 2 Lots the bidder must evidence a minimum yearly "general" turnover of 60,000 GBP.
North Ayrshire Council reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder’s financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.
Bidders who cannot meet the required level of turnover will be excluded from this tender.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
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:
Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP in respect of any one event
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance 1,000,000 GBP in respect of any one event
Professional Indemnity Insurance 1,000,000 GBP in the aggregate
Third-Party Motor Vehicle Insurance
A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Bidders are required to provide 2 examples per Lot of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. The minimum acceptable contract value is 66,100 GBP. Where a bidder does not have a single contract exceeding 66,100 GBP, it is acceptable to provide examples of multiple contracts that collectively meet or exceed this value. Unsatisfactory experience will result in exclusion from the tender process.
Bidders must also provide 2 satisfactory references per Lot for the same 2 contracts on the reference templates provided. For bidders submitting multiple examples to satisfy the required contract value threshold, the references provided must relate to the two highest‑value contracts provided as examples.
References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.
Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Bidders are required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
Bidders are required to confirm the Trainers have the relevant educational and professional qualifications as detailed below:
Lots 1 & 2 - Trainers must be IOSH-approved and hold at least Technical (TechIOSH) membership (preferably Certified (CertIOSH) or Chartered (CMIOSH) and must have completed the IOSH Train the Trainer programme or a level 3 training qualification on a regulated framework.
Lot 3 - Trainers must have a level 3 training qualification
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 7
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
02/03/2026
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
30/06/2026
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
02/03/2026
Amser lleol: 12:00
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
It is anticipated that this framework will be renewed, with future notices expected Spring 2029.
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.
Health and Safety Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.
Environmental Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.
Bidders 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30854. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits will be required on a voluntary basis for:
- Employment
- Employability & Skills
- SMEs
- TSOs
- Education
- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)
(SC Ref:819003)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
UK
Ffôn: +44 1563550024
Cyfeiriad(au) rhyngrwyd
URL: https://www.scotcourts.gov.uk/
VI.5) Dyddiad anfon yr hysbysiad hwn
30/01/2026