Tender

Sub-Contracting Partnership Framework (Closed)

  • The City of Liverpool College

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-021387

Procurement identifier (OCID): ocds-h6vhtk-051269 (view related notices)

Published 14 May 2025, 3:30pm



Scope

Reference

T: 2024 - 016

Description

The creation of a Sub-Contracting Partnership Framework (Closed)

No pre-market engagement carried out as the College did not need to engage with providers as this is an ongoing service required each year.

Commercial tool

Establishes a framework

Total value (estimated)

  • £1,035,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 1 August 2025 to 31 July 2029
  • 4 years

Main procurement category

Services

CPV classifications

  • 80000000 - Education and training services

Contract locations

  • UKD72 - Liverpool

Lot 1. HE Subcontracting

Description

• HE Subcontracting

o HNC & HND Musical Theatre for 2026/27

o HNC & HND Dance Training for 2026/27

o HND Computing for England for 2026/27 - 2 year course

o HND Game Development for 2026/27 - 2 year course

Lot value (estimated)

  • £600,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. • Non-Devolved Adult Skills Fund (Subcontracting) DfE

Description

Lot 2: Non-Devolved Adult Skills Fund (Subcontracting)

The College is seeking suitable training providers to deliver qualifications and/or programmes eligible for funding under the College's Adult Skills Fund contract on its behalf, under the following general rules:

• All the provision must be delivered in the funding year specified; there is currently no scope to carry forward any funding to 2026/27. All the learning aims and learners must be eligible for DfE Adult Skills Funded (ASF) in 2025/26.

• Providers wishing to apply for this opportunity must have an active UKPRN and must have a track record of successful subcontract delivery of qualifications.

• The training must be delivered in full by the contracted training provider, i.e., only one level of subcontracting is permitted, and no second level subcontracting is permitted.

• The Subcontractor, if awarded the contract, will be responsible for the recruitment of all learners, the delivery of training, the premises and resources required to deliver the training, awarding body accreditation and associated fees.

• The quality of provision will be paramount as the College will retain responsibility to DfE and OFSTED for programme quality.

• Providers with a current full inspection outcome of 'outstanding' or 'good', if applicable

• Ofsted monitoring visits judgements of 'reasonable' and 'significant' progress, if applicable

• Subcontractor must have Matrix accreditation

Lot value (estimated)

  • £75,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Lot 3: Free Courses for Jobs funding for Health and Social Care courses

Description

Funded by Level 3 Free Courses for Jobs funding in the Liverpool City Region Combined Authority area in line with our subcontracting strategy.

The College is seeking suitable training providers to deliver qualifications and/or programmes eligible for funding under the College's Level 3 Free Courses for Jobs funding contract on its behalf, under the following general rules:

• All the provision must be delivered in the 2025/26 funding year; there is currently no scope to carry forward any funding to 2026/27. All the learning aims and learners must be eligible for Level 3 Free Courses for Jobs funding in 2025/26 year (in line with DfE guidance using the approved the Liverpool City Region Combined Authority list of eligible courses) with the learner resident within the Liverpool City Region Combined Authority area to be eligible for funding through this contract.

• Providers wishing to apply for this opportunity must have an active UKPRN and must have a proven record of successful subcontract delivery of qualifications.

• The training must be delivered in full by the contracted training provider, i.e., only one level of subcontracting is permitted, and no second level subcontracting is permitted.

• The Subcontractor, if awarded the contract, will be responsible for the recruitment of all learners, the delivery of training, the premises and resources required to deliver the training, awarding body accreditation and associated fees.

• The quality of provision will be paramount as the College will retain responsibility to Liverpool City Region Combined Authority and OFSTED for programme quality.

• Providers with a current full inspection outcome of 'outstanding' or 'good', if applicable

• Ofsted monitoring visits judgements of 'reasonable' and 'significant' progress, if applicable

• Subcontractor must have Matrix accreditation.

• The management fee retained by the College will not generally exceed 20% as set out in our subcontracting policy.

• Providers will be required to confirm compliance with the subcontractor requirements with the conditions of registration with Office for Students.

Lot value (estimated)

  • £360,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

Unlimited

Maximum percentage fee charged to suppliers

25%

Framework operation description

Please note that there is a Pass/Fail element within this tender, providers must have demonstrate/evidence the following:

• Providers with a current full inspection outcome of 'outstanding' or 'good', if applicable

• Ofsted monitoring visits judgements of 'reasonable' and 'significant' progress, if applicable

The framework will consist of 3 x separate lots and will operate on a ranking system. To be accepted on the Framework providers will be required to score a minimum of 70% against the defined criteria. Training providers must identify which lot they are responding to and ensure that they complete the relevant tab on the Appendix B Scoring matrix, failure to complete this part will result in your bid being rejected. The College will only move forwards with a maximum of the top 5 ranked providers, (minimum score of 70%).

Award method when using the framework

With competition

Contracting authorities that may use the framework

Establishing party only


Participation

Particular suitability

Lot 1. HE Subcontracting

Lot 2. • Non-Devolved Adult Skills Fund (Subcontracting) DfE

Lot 3. Lot 3: Free Courses for Jobs funding for Health and Social Care courses

Small and medium-sized enterprises (SME)


Submission

Enquiry deadline

12 June 2025, 12:00pm

Tender submission deadline

13 June 2025, 12:00pm

Submission address and any special instructions

Via the College's In-Tend portal:

https://in-tendhost.co.uk/tcolc/aspx/Home

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

30 June 2025

Recurring procurement

Publication date of next tender notice (estimated): 30 June 2025


Award criteria

This table displays the award criteria of the lot
Name Description Type
Delivery Plan

Information to be submitted on Appendix B - Please complete a tab for each lot you are applying for.

Quality
Quality

Affiliations/Registrations

Principal activities

Experience in education

Achievement

Progression

Quality management

Staff experience & CV's/qualification evidence for staff

Copy of latest annual accounts...

Quality
Environmental & Corporate Responsibility

Policy including willingness to implement change. Evidence of carbon reduction or plastic reduction action taken e.g. in the organisation of, or the vehicles used in the delivery

Quality
Equality, Diversity, and Inclusion

Demonstrable understanding of the positive impact equality, diversity and inclusion bring to an organisation, with EDI considerations embedded into the student experience.

Evidence of the...

Quality

Weighting description

Delivery Plan 30%

Quality 60%

Environmental & Corporate Responsibility 5%

Equality, Diversity & Inclusion 5%


Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Special regime

Light touch


Contracting authority

The City of Liverpool College

  • UK Register of Learning Providers (UKPRN number): 10003955
  • Public Procurement Organisation Number: PZGX-5416-YRGY

The City of Liverpool College

The Learning Exchange, Liverpool

L1 9DW

United Kingdom

Region: UKD72 - Liverpool

Organisation type: Public authority - sub-central government