Section one: Contracting authority
one.1) Name and addresses
City of Glasgow College
190 Cathedral Street
Glasgow
G4 0RF
deborah.fagan@cityofglasgowcollege.ac.uk
Telephone
+44 1413755316
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
http://www.cityofglasgowcollege.ac.uk/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453
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
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 for the Provision of Personal Survival Techniques and Fire Training
Reference number
CS/CoGC/22/12
two.1.2) Main CPV code
- 80510000 - Specialist training services
two.1.3) Type of contract
Services
two.1.4) Short description
The College requires training providers to provide the following Personal Survival Techniques and Fire Training:
Personal Survival Techniques (PST) STCW code (Table A-VI/1-1)
Fire Prevention and Fire Fighting including Tanker Fires (FP&FF, TFF) STCW Code (Table A-VI/1-2)
Advanced Fire Fighting (AFF) STCW code (Table A-VI/3)
First Aid - Elementary First Aid, Medical First Aid, Medical Care Course
Travel to provider’s premises will also be included.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
4
two.2) Description
two.2.1) Title
Advanced Fire Fighting
Lot No
3
two.2.2) Additional CPV code(s)
- 80510000 - Specialist training services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Advanced Fire Fighting
two.2.5) Award criteria
Quality criterion - Name: Premises and Facilities / Weighting: 10
Quality criterion - Name: Quality of the Service / Weighting: 13
Quality criterion - Name: Course Management / Weighting: 5
Quality criterion - Name: Contract Management / Weighting: 5
Quality criterion - Name: Global Climate & Ecological Emergency / Weighting: 3
Quality criterion - Name: Fair Work Practices / Weighting: 3
Quality criterion - Name: Equality, Diversity & Inclusion / Weighting: 3
Quality criterion - Name: Modern Slavery / Weighting: 3
Quality criterion - Name: Site Visit / Weighting: 15
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
The framework will have a 12 month extension option
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
First Aid (Elementary, Medical and Medical on board)
Lot No
4
two.2.2) Additional CPV code(s)
- 80562000 - First-aid training services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
First Aid (Elementary, Medical and Medical on board)
two.2.5) Award criteria
Quality criterion - Name: Premises and Facilities / Weighting: 10
Quality criterion - Name: Quality of the Service / Weighting: 13
Quality criterion - Name: Course Management / Weighting: 5
Quality criterion - Name: Contract Management / Weighting: 5
Quality criterion - Name: Global Climate & Ecological Emergency / Weighting: 3
Quality criterion - Name: Fair Work Practices / Weighting: 3
Quality criterion - Name: Equality, Diversity & Inclusion / Weighting: 3
Quality criterion - Name: Modern Slavery / Weighting: 3
Quality criterion - Name: Site Visit / Weighting: 15
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
The framework will have a 12 month extension option
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
Personal Survival Techniques
Lot No
1
two.2.2) Additional CPV code(s)
- 80510000 - Specialist training services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Personal Survival Techniques
two.2.5) Award criteria
Quality criterion - Name: Premises and Facilities / Weighting: 10
Quality criterion - Name: Quality of the Service / Weighting: 13
Quality criterion - Name: Course Management / Weighting: 5
Quality criterion - Name: Contract Management / Weighting: 5
Quality criterion - Name: Global Climate & Ecological Emergency / Weighting: 3
Quality criterion - Name: Fair Work Practices / Weighting: 3
Quality criterion - Name: Equality, Diversity & Inclusion / Weighting: 3
Quality criterion - Name: Modern Slavery / Weighting: 3
Quality criterion - Name: Site Visit / Weighting: 15
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
This framework has an extension option of 12 months.
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
Fire Prevention and Fire Fighting including Tanker Fires
Lot No
2
two.2.2) Additional CPV code(s)
- 80510000 - Specialist training services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Fire Prevention and Fire Fighting including Tanker Fires
two.2.5) Award criteria
Quality criterion - Name: Premises and Facilities / Weighting: 10
Quality criterion - Name: Quality of the Service / Weighting: 13
Quality criterion - Name: Course Management / Weighting: 5
Quality criterion - Name: Contract Management / Weighting: 5
Quality criterion - Name: Global Climate & Ecological Emergency / Weighting: 3
Quality criterion - Name: Fair Work Practices / Weighting: 3
Quality criterion - Name: Equality, Diversity & Inclusion / Weighting: 3
Quality criterion - Name: Modern Slavery / Weighting: 3
Quality criterion - Name: Site Visit / Weighting: 15
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2022
End date
30 June 2025
This contract is subject to renewal
Yes
Description of renewals
The first work will have a 12 month extension option
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
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers (SPD Part 4A)
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 at both Centre and Course level.
Lot 1 – Maritime Coast Guard Training Approval
Lot 2 – Maritime Coast Guard Training Approval
Lot 3 - Maritime Coast Guard Training Approval
Lot 4 - Maritime Coast Guard Training Approval
Technical and professional ability (SPD Part 4C)
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
PVG Membership
Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:
PVG Membership
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
Economic and financial standing (SPD Part 4B)
Please refer to Part 4 B Economic and Financial Standing of the SPD
The College will use the following ratios to evaluate a bidder's financial status.
Bidders must confirm within their response to the relevant question within the 'Qualification envelope' that as a minimum, 2 out of the 3 ratios can be met and what the value of each ratio is.
The 3 ratios to be evaluated are:
Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to 'one' then it is a pass for this ratio;
Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
Where 2 out of the 3 ratios cannot be met, the College may take the undernoted into consideration when assessing financial viability and the risk to the College, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria. This list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes 'marginal'?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cash-flow?
Is the bidder profitable enough to finance the interest on its debt?
Is most of the bidder's debt owed to group companies?
Is the bidder's debt due to be repaid over a number of years, and affordable?
Have the bidder's results been adversely affected by ‘one off costs’ and / or ‘one off accounting treatments’?
Do the bidder's auditors (where applicable) consider it to be a ‘going concern’?
Will the bidder provide a Parent Company Guarantee?
Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?
The College will obtain an Equifax Report or similar financial verification systems to validate the information provided.
Please refer to Part 4 B
Bidders must confirm they can provide the following supporting evidence prior to award:
Employer's (Compulsory) Liability Insurance = 5,000,000 GBP
Public Liability Insurance = 10,000,000 GBP
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
Technical and professional ability (SPD Part 4C)
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
PVG Membership
Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:
PVG Membership
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Bidders must confirm if they hold the particular authorisation or memberships at both Centre and Course level.
Lot 1 – Maritime Coast Guard Training Approval
Lot 2 – Maritime Coast Guard Training Approval
Lot 3 - Maritime Coast Guard Training Approval
Lot 4 - Maritime Coast Guard Training Approval
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
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: 2019/S 116-285055
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 June 2022
Local time
12:00pm
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)
four.2.7) Conditions for opening of tenders
Date
27 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 3-4 years
six.2) Information about electronic workflows
Electronic ordering will be used
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.
Declarations and Certificates:
In an open tendering procedure prior to any award being made the successful bidder must provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Questionnaire.
All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.
Appendix A – Form of Tender;
Appendix B – Freedom of Information;
Appendix C – SUSTAIN Supply Chain Code of Conduct;
Appendix D – Framework Terms and Conditions;
Appendix E – PECOS Supplier Adoption Form;
Appendix G- GDPR Assurance Assessment;
Appendix J – PVG Act Declaration;
Appendix K – Response Guidance – Equality, Diversity & Inclusion;
Appendix O – Declaration of Non-Involvement of Human Trafficking;
Appendix P – Declaration of Non-Involvement of Serious Organised Crime;
Appendix Q – Prompt Payment Certificate;
Appendix R – Fair Work Practises Guidance.
In the case of an open tender this information will not be required to be uploaded and submitted with the bid, but will instead be requested by the College following the conclusion of the evaluation of the Qualification, Technical and Commercial Questionnaires and prior to the award of the tender.
Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the Qualification Questionnaire, will invalidate any bid. In this scenario the College will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on, and upon verification will award the contract to this bidder instead.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21383.
For more information see:
A sub-contract clause has been included in this contract. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21470. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
(SC Ref:694455)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom