Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Resilience Training

  • Cyhoeddwyd gyntaf: 01 Tachwedd 2022
  • Wedi'i addasu ddiwethaf: 01 Tachwedd 2022

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-037d92
Cyhoeddwyd gan:
Scottish Parliamentary Corporate Body
ID Awudurdod:
AA20563
Dyddiad cyhoeddi:
01 Tachwedd 2022
Dyddiad Cau:
05 Rhagfyr 2022
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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).

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scottish Parliamentary Corporate Body

The Scottish Parliament, Procurement Services

Edinburgh

EH99 1SP

UK

Ffôn: +44 1313486620

E-bost: procurement@parliament.scot

NUTS: UKM75

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.parliament.scot

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publiccontractsscotland.gov.uk/


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publiccontractsscotland.gov.uk/


I.4) Y math o awdurdod contractio

Arall: Devolved Parliament

I.5) Prif weithgaredd

Arall: Legislative Body

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Resilience Training

Cyfeirnod: NIC-SER-485

II.1.2) Prif god CPV

80000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

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.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Na

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

80500000

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

Holyrood, Edinburgh and remotely

II.2.4) Disgrifiad o’r caffaeliad

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).

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 60

Maen prawf cost: Cost / Pwysoliad: 40

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Initial contract period 3 years with option to extend by up to 36 months at the sole discretion of the SPCB

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

Nifer yr ymgeiswyr a ragwelir: 5

Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:

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

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

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

II.2.14) Gwybodaeth ychwanegol

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.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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.


Lefel(au) gofynnol y safonau sydd eu hangen:

Credit rating (on Creditsafe) of 40 or above.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

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


III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

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

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2022/S 022-190071

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 05/12/2022

Amser lleol: 14:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 09/01/2023

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

Hyd mewn misoedd: 12  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

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.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=704547.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

Tenderers will be asked to propose relevant and proportionate community benefits. Full details provided in the tender documentation.

(SC Ref:704547)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=704547

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Edinburgh Sheriff Court

27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

31/10/2022

Codio

Categorïau nwyddau

ID Teitl Prif gategori
80000000 Gwasanaethau addysg a hyfforddiant Addysg
80500000 Gwasanaethau hyfforddi Gwasanaethau addysg a hyfforddiant

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@parliament.scot
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.