- Scope of the procurement
- Lot 1. 1. Health & Safety and First Aid training
- Lot 2. 2. Non-Accredited training
- Lot 3. 3a. Accredited Management training
- Lot 4. 3b. Accredited Water Hygiene training
- Lot 5. 3c. Accredited Electrical training
- Lot 6. 4. Wellbeing Training
- Lot 7. 5. Digital Skills Training
- Lot 8. 6. Data Science, AI and Machine Learning training
- Lot 9. 7. Green Skills training
- Lot 10. 8. Advanced Manufacturing training
- Lot 11. 9. Software & Cyber Security training
- Lot 12. 10. Life Sciences training
Section one: Contracting authority
one.1) Name and addresses
West College Scotland
Renfrew Road
Paisley
PA3 4DR
Contact
Claire Earnshaw
Telephone
+44 3006006060
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.westcollegescotland.ac.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00465
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
Framework Agreement for provision of Associate Trainers to West College Scotland
Reference number
WCS 20/151
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The College is looking to appoint a number of service providers on a framework contract to provide Associate Trainer services on a call-off basis subject to demand.
The College will be seeking bids from service providers delivering training courses in the following areas:
- Health & Safety & First Aid training
- Non-Accredited training
- Accredited Management training
- Accredited Water Hygiene Training
- Accredited Electrical Training
- Wellbeing training
- Digital Skills training
- Data Science, AI and Machine Learning training
- Green Skills training
- Advanced Manufacturing training
- Software & Cyber Security training
- Life Sciences training
The training is to be delivered at the College's campuses at;
West College Scotland has campuses at;
- Paisley Campus; Renfrew Road Paisley
- Clydebank Campus; Queens Quay, Glasgow
- Greenock Campus; Finnart Street, Greenock
- Waterfront Campus; Customhouse Way, Greenock
Training Courses may also be required to be delivered online via Microsoft Teams, in person, or by a blended approach.
Bespoke training courses may also be required where the Associate Trainer will spend time developing appropriate content for delivery, approved by the faculty.
two.1.5) Estimated total value
Value excluding VAT: £400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
1. Health & Safety and First Aid training
Lot No
1
two.2.2) Additional CPV code(s)
- 80550000 - Safety training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Health & Safety and First Aid training including but not limited to;
- First Aid Training
- IOSH Health & Safety Training
- NEBOSH Health and Safety Training
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the Tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
17 August 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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
two.2) Description
two.2.1) Title
2. Non-Accredited training
Lot No
2
two.2.2) Additional CPV code(s)
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Non-Accredited training including but not limited to;
- Managing Process
- Managing Development
- People Performance
- Innovating Business Models
- Digital Transformation in SMEs
- Adopting Emerging Technologies
- Lean and Agile Methodologies
- Entrepreneurial Leadership in Construction and Engineering
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the Tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
17 August 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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
two.2) Description
two.2.1) Title
3a. Accredited Management training
Lot No
3
two.2.2) Additional CPV code(s)
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Accredited Management training. Example topics include;
- Project management
- Management & Leadership
- First Line Management
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the Tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
17 August 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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
two.2) Description
two.2.1) Title
3b. Accredited Water Hygiene training
Lot No
4
two.2.2) Additional CPV code(s)
- 80531000 - Industrial and technical training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Accredited Water Hygiene training. Example topics include;
- Water Treatment Technologies
- Sustainable Water Resource Management
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
17 August 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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
two.2) Description
two.2.1) Title
3c. Accredited Electrical training
Lot No
5
two.2.2) Additional CPV code(s)
- 80531000 - Industrial and technical training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Accredited Electrical training. Example topics include;
- Safe Isolation Installation
- IET’s 18th Edition and 19th Edition Wiring Regulations
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
17 August 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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
two.2) Description
two.2.1) Title
4. Wellbeing Training
Lot No
6
two.2.2) Additional CPV code(s)
- 80561000 - Health training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Wellbeing training. Example topics include Mental Health, Manager Development & British Sign Language.
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
18 July 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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
two.2) Description
two.2.1) Title
5. Digital Skills Training
Lot No
7
- 80510000 - Specialist training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Digital Skills training. Example topics include
- Digital Communications
- Digital Technologies
- Digital Fundamentals
- Digital Business
- Digital Marketing
- Digital Agility
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
17 August 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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
two.2) Description
two.2.1) Title
6. Data Science, AI and Machine Learning training
Lot No
8
two.2.2) Additional CPV code(s)
- 80510000 - Specialist training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Data Science, AI and Machine Learning training. Example topics include;
- Data Science,
- Data Science Applications,
- Introduction to AI/Machine Learning
- Ethics in Data, AI/Machine Learning
- Deep Learning Models
- Python Programming
- Data Visualisation
- Statistics
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
17 August 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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
two.2) Description
two.2.1) Title
7. Green Skills training
Lot No
9
two.2.2) Additional CPV code(s)
- 80510000 - Specialist training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Green Skills training. Example topics include;
- Renewable Energy Systems
- Offshore & Onshore Wind
- Microgeneration
- Solar
- Construction including Retrofit
- Sustainable Transportation (EV)
- Sustainability and Green Innovation
- Sustainability, Carbon Literacy, Carbon Accounting
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
17 August 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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
two.2) Description
two.2.1) Title
8. Advanced Manufacturing training
Lot No
10
two.2.2) Additional CPV code(s)
- 80510000 - Specialist training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Advanced Manufacturing training. Example topics include;
- Sensors, Robotics & Automation
- Space & Satellite
- Sustainability in Manufacturing
- Additive Manufacturing, Materials & Digital Twins
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
17 August 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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
two.2) Description
two.2.1) Title
9. Software & Cyber Security training
Lot No
11
two.2.2) Additional CPV code(s)
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Software & Cyber Security training. Example topics include;
- Cyber Security
- Microsoft Certification
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
17 August 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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
two.2) Description
two.2.1) Title
10. Life Sciences training
Lot No
12
two.2.2) Additional CPV code(s)
- 80510000 - Specialist training services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
The geographic focus for the delivery of the Associate Trainer service will be the West College Scotland campuses at Paisley, Clydebank and Greenock.
two.2.4) Description of the procurement
This Lot is for delivery of Life Sciences training. Example topics include;
- Biotechnology
- Medical Physics
- Bio-Science
Please refer to II.1.4 of the Contract Notice and the Statement of Requirements (within ITT Stage 1) for further detail.il.
two.2.5) Award criteria
Quality criterion - Name: As detailed in the tender documents / Weighting: 60
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 August 2025
End date
17 August 2027
This contract is subject to renewal
Yes
Description of renewals
There are a further two, 12-month options to extend, these will be subject to satisfactory performance and funding.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Suppliers that meet the requirements of the SPD (Stage 1) will be invited to Tender (Stage 2). Following evaluation of Stage 2, 3 successful candidates to be awarded onto each Lot/Sub-Lot as detailed in the ITT document.
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The following organisational Accreditations are accepted but not limited to;
Lot 1 - Health & Safety and First Aid Training
- SMHFA Accreditation
- MHFA Accreditation
- IOSH Accreditation
- NEBOSH Accreditation
Lot 3b - Accredited Water Hygiene Training
- BPEC Accreditation
Lot 3c - Accredited Electrical Training
- BPEC Accreditation
- City & Guilds
Other suitable equivalent organisational Accreditations will be considered.
Associate Trainers will be required to have all Accreditations required by the Awarding Bodies to deliver these training courses and must hold these for the duration of the contract.
three.1.2) Economic and financial standing
List and brief description of selection criteria
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:
- Professional Indemnity - 500,000 GPB each and every claim
- Employers’ (Compulsory) Liability – 5,000,000 GBP each and every claim
- Public Liability – 1,000,000 GBP each and every claim
- Motor Vehicle - 3rd Party
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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
PART 4C: SERVICES
Bidders must provide 2 examples of services carried out that demonstrate they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice. 2 examples must be provided for each Lot/Sub-lot Companies are submitting bids for. Further detail is in the ITT document.
The following minimum levels of standards of Qualifications (including but not limited to) are required to be held by Associate Trainer members of staff delivering this contract for the relevant Lots/Sub-Lots and must be held for the duration of the contract.
Other suitable, equivalent Qualifications will be considered however these most be equivalent.
Lot 1 - Health & Safety and First Aid Training
- Level 2 Award in Mental Health First Aid Awareness
- Counselling SCQF level 5
- IOSH Fire Safety Awareness
- IOSH Fire Safety Awareness & Fire Warden
- IOSH Managing Safely
- IOSH Working Safely
- IOSH Managing Health and Wellbeing
- NEBOSH National General Certificate in Occupational Health & Safety
Lot 3a - Accredited Management Training
- CMI SCQF Level 6 in First Line Management
- CMI SCQF LEVEL 6 Certificate in First Line Management
- CMI SCQF Level 8 in Management & Leadership
- CMI SCQF LEVEL 8 Certificate in Management and Leadership
- Prince2 Foundation & Practitioner
- Prince2 Agile Foundation & Practitioner
- Prince2 Foundation
- Prince2 Agile Foundation
- Prince2 Practitioner
- Prince2 Agile Practitioner
- APM Project Management Qualification (PMQ)
- APM Project Professional (PPQ)
- APM Introductory Certificate (PFQ)
- PMP® Certification
- Certified Associate in Project Management (CAPM)
- MSP® Foundation & Practitioner
- MSP® Foundation
- Lean Six Sigma Yellow Belt
- Lean Six Sigma Green Belt
- Lean Six Sigma Black Belt
Lot 3b - Accredited Water Hygiene Training
- BPEC Legionella Risk Assessment and Water Disinfection
- BPEC Water Byelaws
Lot 3c - Accredited Electrical Training
- BPEC Safe Isolation (For non-electricians)
- BPEC Safe Isolation (For qualified electricians)
- City & Guilds 18th Edition 2382-18
- City & Guilds 19th Edition 2382
Lot 4 - Wellbeing Training
- Introduction to British Sign Language (BSL)
- British Sign Language Level 1
- British Sign Language Level 2
Lot 5 - Digital Skills Training
(covering Digital Communications, Digital Technologies, Digital Fundamentals, Digital Business, Digital Marketing, Digital Agility)
SCQF level 9 or greater in a relevant subject to this Lot
Lot 6 - Data Science, AI and Machine Learning training
(covering Data Science, Data Science applications, Introduction to AI/Machine Learning, Ethics in Data, AI/Machine Learning, Deep Learning Models, Python Programming, Data Visualisation, Statistics)
SCQF level 9 or greater in a relevant subject to this Lot
Lot 7 - Green Skills Training
(covering Renewable Energy Systems, Offshore & Onshore Wind, Microgeneration, Solar, Sustainable Transportation (EV))
SCQF level 9 or greater in a relevant subject to this Lot
- Level 2 Award in Retrofit (7618-02)
- Level 2 Certificate in Retrofit (7618-12)
- Level 3 Certificate for Retrofit Advisors (7618-03)
- Level 4 Award for Domestic Retrofit Assessors (7618-04)
- Level 5 Retrofit Coordinator (In Development)
Lot 8 - Advanced Manufacturing Training
(covering Sensors, Robotics & Automation, Space & Satellite, Sustainability in Manufacturing, Additive Manufacturing, Materials & Digital Twins)
SCQF level 9 or greater in a relevant subject to this Lot
Lot 9 - Software & Cyber Training
covering Cyber Security
SCQF level 9 or greater in a relevant subject to this Lot
- Microsoft Azure Fundamentals AZ-900 Certification
- Microsoft Azure Administrator AZ-104 Course
- Developing Solutions for Microsoft Azure AZ-204 Certification
Lot 10 - Life Sciences Training
(covering Biotechnology, Medical Physics, Bio-Science)
SCQF level 9 or greater in a relevant subject to this Lot
Minimum level(s) of standards possibly required
The minimum level(s) of standards are detailed above.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted 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: 36
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.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-003015
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 April 2025
Local time
4:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 April 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Feb 2027 if no extensions utilised, Feb 2029 if all extensions are utilised.
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
Please note this is a dual stage tender process with respondents passing Stage 1 (Qualification and Selection) being carried through to the Stage 2 of the tender process where the tender documentation will be issued. The evaluation criteria for this first stage process is detailed in the ITT (Stage 1) document.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28725. 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:
Bidders will be asked to provide details of voluntary benefits they can provide based on what they can provide for a contract spend of 20,000 GBP per annum.
(SC Ref:793872)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Glasgow Sheriff Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom