Section one: Contracting authority
one.1) Name and addresses
APUC Limited
Unit 27, Stirling Business Centre, Wellgreen
Stirling
FK8 2DZ
Telephone
+44 1314428968
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Teaching Qualification: Further Education (TQFE) Programme
Reference number
PFB1044 AP
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority is seeking Contractor(s) for the provision of Teaching Qualification: Further Education (TQFE) Programme to the Scottish Further Education sector.
two.1.5) Estimated total value
Value excluding VAT: £1,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Scotland
two.2.4) Description of the procurement
The Authority is seeking Contractor(s) for the provision of Teaching Qualification: Further Education (TQFE) Programme to the Scottish Further Education sector.
Parties eligible to use the Framework Agreement are as listed in Appendix E — List of Institutions. Members of APUC -http://www.apuc-scot.ac.uk/
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement is anticipated to commence on the 3rd of May 2023 for a period of 24 months and expire on the 2nd of May 2025.
The Authority reserves the right to extend the Framework Agreement for a further two 12-month periods subject to satisfactory performance and continued Institutions requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Please refer to the “Qualification Envelope” of the ITT within PCS-T to answer the selection criteria.
Please refer to Part IV Selection Criteria: Questions within 4B.5 of the SPD
Tenderers must confirm they can provide the following supporting evidence prior to award:
Professional Indemnity Insurance = GBP 2 Million
Employer's (Compulsory) Liability Insurance = GBP 5 Million
Public Liability Insurance = GBP 5 Million
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Tenderers 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 includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) 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
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
Contractors must be an accredited Teaching Education Institute (TEI) who can deliver the TQFE programme as underpinned by the Professional Standards for Lecturers in Scotland's Colleges (GTCS); and in relation to The enhancement framework of the Quality Assurance Agency and the UK Professional Standards Framework for Higher Education. This is a Pass/Fail.
Pass = Evidence they are an accredited Teaching Education Institute (TEI)
Fail = No evidence provided that they are an accredited Teaching Education Institute (TEI)
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Submission of Management Information Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period. Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website: http://ucsp.ac.uk/
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
17 March 2023
Local time
2:00pm
Changed to:
Date
24 March 2023
Local time
2:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
17 March 2023
Local time
2:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2027
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
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.
Suppliers should confirm they will be in a position to complete (at point of award) the following:
Appendix A Form of Tender
Appendix B Freedom of Information
Appendix D APUC Sustain Supply Chain Code of Conduct
Appendix G SCM RP Section 1
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23439. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:721380)
six.4) Procedures for review
six.4.1) Review body
Stirling Sheriff Court and Justice of the Peace Court
Sheriff Court House,
Stirling
FK8 1NH
Telephone
+44 1786462191
Fax
+44 1786470456
Country
United Kingdom