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
http://www.gcu.ac.uk/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
Conversion Support Services for Student Recruitment (GCU)
Reference number
GC - MKT - 2022 - LI - 02
two.1.2) Main CPV code
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.1.3) Type of contract
Services
two.1.4) Short description
Glasgow Caledonian University requires a conversion partner who is equipped to provide a bespoke, data driven, measurable series of conversion solutions through expertise in the HE sector, knowledge of the international and domestic student landscape and a proven track record or delivering successful conversion partnerships.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow Caledonian University
two.2.4) Description of the procurement
The University requires a conversion partner who is equipped to provide a bespoke, data driven, measurable series of conversion solutions through expertise in the HE sector, knowledge of the international and domestic student landscape and a proven track record or delivering successful conversion partnerships.
The University is using an e-Tendering System for this procurement exercise. The system is called Public Contracts Scotland-Tender (PCS-T) website. The ITT is only available in electronic form which can be accessed via your web browser. No hard copies will be accepted.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery - Methodology / Weighting: 35
Quality criterion - Name: Service Delivery - Presentation / Weighting: 10
Quality criterion - Name: Service Delivery - Continuous Improvement and Innovation / Weighting: 15
Quality criterion - Name: Service Delivery - Key Personnel / Weighting: 10
Quality criterion - Name: Sustainability - University Values / Weighting: 3
Quality criterion - Name: Fair Work Practices / Weighting: 2
Price - Weighting: 25
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Contract will last for a period of 2 years with the commencement date to be agreed post contract award.
The University reserves the right to extend the Contract a further two 12-month periods subject to satisfactory performance and continued University 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 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.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
9 September 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
9 September 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: Next iteration will be tendered when this contract is due to expire.
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.
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.
SUSTAIN SUPPLY CHAIN CODE OF CONDUCT
Please complete “Appendix E – APUC Ltd Sustain 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 21910. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:687464)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21910. 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
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:
The Contractor will work with the University to deliver Community Benefits or social value where they are identifiable throughout the term of the Contract. Examples of Community Benefits or social value are providing training opportunities to staff and students via placements or internships, apprenticeships or any sponsoring and investment in the local community related to the Contract activity.
(SC Ref:702982)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
Telephone
+44 1414298888
Country
United Kingdom