Section one: Contracting authority
one.1) Name and addresses
Glasgow Caledonian University
70 Cowcaddens Road
Glasgow
G4 0BA
Telephone
+44 1413313578
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
https://www.gcu.ac.uk/aboutgcu/services-and-facilities/finance/procurement
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00195
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
Provision of In- Country Presence South-Asia, Nigeria & Malaysia (GCU)
Reference number
GCU-MKT-2025-001
two.1.2) Main CPV code
- 79411100 - Business development consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
The University is seeking a Contractor(s) for the provision of In-Country Presence in the South Asia region (excluding Pakistan), Nigeria and South East Asia.
The Directorate of Future Students, Marketing and Communications key function is to develop, manage and execute the University’s marketing and recruitment strategy, enabling the University to achieve student recruitment targets (all degree levels) from UK and international markets, as well as more broadly build and bolster our brand position and levels of recognition.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
3
two.2) Description
two.2.1) Title
In-Country Presence in South Asia (excluding Pakistan)
Lot No
1
two.2.2) Additional CPV code(s)
- 79411100 - Business development consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
The University has identified the need for continued South Asia regional presence to support recruitment targets and associated objectives.
The South Asia region has been identified through market intelligence and experience as a region with potential to contribute significantly to these targets over the next three years. The priority markets in this region for GCU are India, Nepal, Bangladesh and Sri Lanka. We require the regional presence in South Asia to support recruitment and conversion activities in these priority markets.
We require an in regional presence to provide effective, measurable and proven strategic recruitment and conversion support. Based on research and previous experience of the HE sectors; this presence should be in a city hub in India that fits well with our course portfolio and provides the institution with competitive advantage. (i.e. either Mumbai and Delhi). We are requesting recommendations as how best to resource this.
The contractor must have capacity and resources in South Asia region to efficiently facilitate the attainment of international targets.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 30
Quality criterion - Name: Key Personnel / Weighting: 13
Quality criterion - Name: Continuous improvement and Innovation / Weighting: 10
Quality criterion - Name: Management Information/Reporting / Weighting: 8
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Sustainable Procurement - University Values / Weighting: 2
Quality criterion - Name: Fair Work Practices / Weighting: 2
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
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
In-Country Presence in Nigeria
Lot No
2
two.2.2) Additional CPV code(s)
- 79411100 - Business development consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
Nigeria has been a top recruitment market for GCU for many years. We require an in-country presence to continue to maximise recruitment opportunities for GCU postgraduate courses and to also grow the appeal of GCU undergraduate courses in the market.
The in-country presence will build relationships with key sponsors and visit on a regular basis and participate in local events.
The regional presence also needs to provide market insights and intelligence that contributes to maximising recruitment opportunities and mitigating risks. In addition to this operational function the University also require full cycle reporting and reflection on engagement to maximise efficiencies.
We require an in regional presence to provide effective, measurable and proven strategic recruitment and conversion support. Based on research and previous experience of the HE sectors; this presence should be in a city hub in Nigeria that fits well with our course portfolio and provides the institution with competitive advantage. We are requesting recommendations as how best to resource this.
The contractor must have capacity and resources in Nigeria to efficiently facilitate the attainment of international targets.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery – Methodology / Weighting: 30
Quality criterion - Name: Service Delivery- Key Personnel / Weighting: 13
Quality criterion - Name: Service Delivery- Continuous improvement and Innovation / Weighting: 10
Quality criterion - Name: Management Information/Reporting / Weighting: 8
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Sustainable Procurement - University Values / Weighting: 2
Quality criterion - Name: Fair Work Practice / Weighting: 2
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
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
In-Country Presence in South East Asia
Lot No
3
two.2.2) Additional CPV code(s)
- 79411100 - Business development consultancy services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
two.2.4) Description of the procurement
As GCU begins to enter new priority diversification markets in South East Asia, we are seeking an experienced partner capable of supporting GCU in building, acquiring and maintaining market share over time.
Five of our priority diversification markets are in South East Asia (Indonesia, Malaysia, Thailand, Vietnam and Philippines). All these markets are at market entry or development stage for GCU, with currently very low enrolment numbers.
An in-country presence will serve as the local liaison, fostering consistent communication and relationships with GCU agent network, prospective students and offer holders. By leveraging the local knowledge and cultural understanding, the in-country presence will recommend recruitment and conversion plans to resonate with the target audiences. The representative will conduct information sessions, participate in education fairs, and engage with local schools to actively promote GCU's programmes.
The regional presence will provide market insights and intelligence that contributes to maximising recruitment opportunities and mitigating risk in this region. This is crucial for GCU to make informed decisions and adapt its strategies in the dynamic South East Asian region. In addition to this operational function the University also require full cycle reporting and reflection on engagement to maximise efficiencies.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery- Methodology / Weighting: 30
Quality criterion - Name: Service Delivery- Key Personnel / Weighting: 13
Quality criterion - Name: Service Delivery – Continuous improvement and Innovation / Weighting: 10
Quality criterion - Name: Management Information/Reporting / Weighting: 8
Quality criterion - Name: Business Continuity / Weighting: 5
Quality criterion - Name: Sustainable Procurement - University Values / Weighting: 2
Quality criterion - Name: Fair Work Practices / Weighting: 2
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
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
List and brief description of selection criteria
Please refer to question within 4B.5 of the SPD and Economic and Financial standing section of the Contract Notice
Bidders must confirm they can provide the following supporting evidence prior to award:
- Employer’s (Compulsory) Liability Insurance = 5 Million GBP
- Professional Liability Insurance = 1 Million GBP
- Public Liability Insurance = 5 Million GBP
Please refer to question within 4B.6 of the SPD and Economic and financial standing section of the Contract Notice
The successful Contractor will be required to provide 2 years audited accounts, or equivalent if awarded the Contract.
Information provided for Part III and IV will be assessed on a Pass/Fail basis, where:
Pass = meets requirements as stated in Contract Notice
Fail = does not meet requirements as stated in Contract Notice
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
Date
16 May 2025
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
Tender must be valid until: 16 May 2025
four.2.7) Conditions for opening of tenders
Date
16 May 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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.
The successful bidder must confirm that they comply with the requirements of the Modern Slavery Act 2015.
Please refer to Part III Section D Selection Criteria: Questions within 3D.2 of the SPD
FORM OF TENDER
Please complete “Appendix A – Form of Tender” in the Technical Questionnaire in PCS-Tender.
This information should be submitted prior to award. It is for information only and will not be scored however failure
to submit a signed copy will result in elimination from the procurement exercise.
SUB-CONTRACTORS
Please complete “Appendix C – List of Sub-Contractors” if applicable in the Technical Questionnaire in PCS- Tender.
This information should only be submitted if applicable prior to award. It is for information only and will not be scored.
FREEDOM OF INFORMATION
Please complete “Appendix D – Freedom of Information” if applicable in the Technical Questionnaire in PCS-Tender.
This information should only be submitted if applicable prior to award. It is for information only and will not be scored.
SUPPLY CHAIN CODE OF CONDUCT
Please complete “Appendix E – APUC Ltd Supply Chain Code of Conduct” in the Technical Questionnaire in PCS-Tender.
This information should be submitted prior to award. It is for information only and will not be scored.
ANTI-BRIBERY POLICY
Please complete “Appendix F – Anti-Bribery Policy” in the Technical Questionnaire in PCS-Tender.
This information should be submitted prior to award. It is for information only and will not be scored however failure
to submit a signed copy will result in elimination from the procurement exercise.
GDPR - CONTRACTOR ASSURANCE ASSESSMENT QUESTIONNAIRE
Please complete "Appendix H - Contractor Assurance Assessment Questionnaire" in the Technical Questionnaire in PCS-Tender.
This information should be submitted prior to award. It is for information only and will not be scored.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29006. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:796371)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
17-25 Devon Place
Glasgow
G41 1RB
Country
United Kingdom