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

Provision of First Aid Training to North, East & South Ayrshire Councils

  • Cyhoeddwyd gyntaf: 26 Medi 2025
  • Wedi'i addasu ddiwethaf: 26 Medi 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

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)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-05a25d
Cyhoeddwyd gan:
North Ayrshire Council
ID Awudurdod:
AA20915
Dyddiad cyhoeddi:
26 Medi 2025
Dyddiad Cau:
29 Hydref 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

North Ayrshire Council, East Ayrshire Council and South Ayrshire Council (the collaborative partners) require the provision of first aid training from a suitably experienced and certified training organisation. Attendees at the first aid training sessions may consist of any combination of staff from the collaborative partners.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

UK

Person cyswllt: Andrew Kerr

E-bost: Andrewkerr@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.1) Enw a chyfeiriad

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

UK

Ffôn: +44 1563576000

E-bost: procurement@east-ayrshire.gov.uk

NUTS: UKM93

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.east-ayrshire.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

I.1) Enw a chyfeiriad

South Ayrshire Council

County Buildings, Wellington Square

Ayr

KA7 1DR

UK

Ffôn: +44 3001230900

E-bost: procurement@south-ayrshire.gov.uk

NUTS: UKM94

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.south-ayrshire.gov.uk/procurement/

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405

I.2) Caffael ar y cyd

Mae a wnelo’r contract â chaffael ar y cyd

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

Provision of First Aid Training to North, East & South Ayrshire Councils

Cyfeirnod: NAC/5211

II.1.2) Prif god CPV

80560000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

North Ayrshire Council, East Ayrshire Council and South Ayrshire Council (the collaborative partners) require the provision of first aid training from a suitably experienced and certified training organisation. Attendees at the first aid training sessions may consist of any combination of staff from the collaborative partners.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 305 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

II.2) Disgrifiad

II.2.3) Man cyflawni

Cod NUTS:

UKM93

II.2.4) Disgrifiad o’r caffaeliad

North Ayrshire Council, East Ayrshire Council and South Ayrshire Council (the collaborative partners) require the provision of first aid training from a suitably experienced and certified training organisation. Attendees at the first aid training sessions may consist of any combination of staff from the collaborative partners. The service provider shall provide the following courses:

- First Aid at Work (FAW)

- First Aid at Work Update

- Emergency First Aid at Work (EFAW)

- First Aid for Children (Paediatric First Aid)

South Ayrshire Council also have a requirement for Activity First Aid however, as this is not required by all Councils, this has been included as an optional rather than a mandatory requirement. As this is an optional service this will not be included in the commercial evaluation.

Face-to-face training courses will be delivered locally in each of the 3 Council areas. The service provider must be capable of providing a blended approach to learning and assessment, with virtual learning available for theory and face to face training for practical and assessment elements. The service provider must be capable of delivering this via Microsoft Teams, Skype for Business or any other Council approved platform.

The conditions of contract will be NAC Terms and Conditions 2 (NAC TC2) Conditions of Contract for the Purchase of Services & NAC Exit Terms and Conditions.

The contract term will be 3 years plus an option to extend by 24 months.

The regulations that apply to this contract are The Public Contracts (Scotland) Regulations 2015,

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

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

Hyd mewn misoedd: 60

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

Contract to be renewed upon completion.

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: 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

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

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 “average” turnover of (61,000)GBP for the last 3 years in the business area covered by the contract.

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 or a 1-year projected should be submitted.

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 million]GBP in respect of any one event

http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance [5 million]GBP in respect of any one event

Professional Indemnity Insurance [1 million]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 one experience example for multiple contracts or a single contract adding to 61,000 GBP, with 2 references provided by the 2 highest value customers or one reference provided by the 61,000 GBP contract 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. Unsatisfactory experience will result in exclusion from the tender process. 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 who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms.

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance.

Bidders are required to confirm the supplier's staff have the following relevant educational and professional qualifications:

One or more of the qualifications listed in appendices 1 and 2 of the First Aid Awarding Organisation Forum (FAAOF) document 'Assessment Principles for Regulated First Aid Qualifications' attached within question 1.78.1 on the PCST project.

Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.


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.1.8) 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: 29/10/2025

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 29/10/2025

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:

Further noticed to be published after expiry of this tender.

VI.3) Gwybodaeth ychwanegol

Lots are not being used for this tender for the reason(s) stated below:

Value of contract not suitable for lots.

Nature of the contract not suitable for lots.

Requires additional contract management resource which is not available.

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.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 60454. 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:809682)

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

25/09/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
80560000 Gwasanaethau hyfforddiant iechyd a chymorth cyntaf Gwasanaethau hyfforddi

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:
Andrewkerr@north-ayrshire.gov.uk
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.