- Scope of the procurement
- Lot 1. Accredited Training
- Lot 2. SQA Training
- Lot 3. Interpersonal Skills
- Lot 4. Management & Leadership Skills
- Lot 5. First Aid, Manual Handling and Care
- Lot 6. Technical Skills
- Lot 7. SVQ Delivery / Assessment / Internal Verification
- Lot 8. Health and Safety
- Lot 9. Further Training Options
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
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
Framework for the call-off provision of Associate Trainers – Domestic and International
Reference number
CS/CoGC/23/14
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
City of Glasgow College is seeking to appoint Associate Trainers to deliver a range of courses domestically and internationally covering the following subjects:
Accredited Training
SQA Training
Interpersonal Skills
Management & Leadership Skills
First Aid, Manual Handling & Care
Technical Skills
SVQ Delivery / Assessment / Internal Verification
Health and Safety
Further Training Options
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
9
two.2) Description
two.2.1) Title
Accredited Training
Lot No
1
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Please see section 2.1.7 for the ITT Document.
two.2.4) Description of the procurement
Associate Trainers are required to deliver, and on occasion develop training materials.
two.2.5) Award criteria
Quality criterion - Name: Previous Experience / Weighting: 20
Quality criterion - Name: Delivery of Training / Weighting: 15
Quality criterion - Name: Experience and Professional Qualifications / Weighting: 15
Quality criterion - Name: Client Management / Weighting: 10
Quality criterion - Name: Contingency Planning / Weighting: 5
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
3rd generation of this framework will be due to be retendered in 2028 subject to requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.
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
SQA Training
Lot No
2
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Please see section 2.1.7 of the ITT Document
two.2.4) Description of the procurement
Associate Trainers are required to deliver, and on occasion develop training.
two.2.5) Award criteria
Quality criterion - Name: Previous Experience / Weighting: 20
Quality criterion - Name: Delivery of Training / Weighting: 15
Quality criterion - Name: Experience & Professional Qualifications / Weighting: 15
Quality criterion - Name: Client Management / Weighting: 10
Quality criterion - Name: Contingency Planning / Weighting: 5
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
3rd generation of this framework will be retendered in 2028 subject to requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.
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
Interpersonal Skills
Lot No
3
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Please see section 2.1.7 for the ITT Document.
two.2.4) Description of the procurement
Associate Trainers are required to deliver, and on occasion develop training materials.
two.2.5) Award criteria
Quality criterion - Name: Previous Experience / Weighting: 20
Quality criterion - Name: Delivery of Training / Weighting: 15
Quality criterion - Name: Experience and Profession Qualifications / Weighting: 15
Quality criterion - Name: Client Management / Weighting: 10
Quality criterion - Name: Contingency Planning / Weighting: 5
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
3rd generation of this framework will be due to be retendered in 2028 subject to requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.
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
Management & Leadership Skills
Lot No
4
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Please see section 2.1.7 for the ITT Document.
two.2.4) Description of the procurement
Associate Trainers are required to deliver, and on occasion develop training materials.
two.2.5) Award criteria
Quality criterion - Name: Previous Experience / Weighting: 20
Quality criterion - Name: Delivery of Training / Weighting: 15
Quality criterion - Name: Experience and Professional Qualifications / Weighting: 15
Quality criterion - Name: Client Management / Weighting: 10
Quality criterion - Name: Contingency Planning / Weighting: 5
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
3rd generation of this framework will be due to be retendered in 2028 subject to requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.
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, Manual Handling and Care
Lot No
5
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Please see section 2.1.7 for the ITT Document.
two.2.4) Description of the procurement
Associate Trainers are required to deliver, and on occasion develop training materials.
two.2.5) Award criteria
Quality criterion - Name: Previous Experience / Weighting: 20
Quality criterion - Name: Delivery of Training / Weighting: 15
Quality criterion - Name: Experience and Professional Qualifications / Weighting: 15
Quality criterion - Name: Client Management / Weighting: 10
Quality criterion - Name: Contingency Planning / Weighting: 5
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
3rd generation of this framework will be due to be retendered in 2028 subject to requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.
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
Technical Skills
Lot No
6
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Please see section 2.1.7 for the ITT Document.
two.2.4) Description of the procurement
Associate Trainers are required to deliver, and on occasion develop training materials.
two.2.5) Award criteria
Quality criterion - Name: Previous Experience / Weighting: 20
Quality criterion - Name: Delivery of Training / Weighting: 15
Quality criterion - Name: Experience and Professional Qualifications / Weighting: 15
Quality criterion - Name: Client Management / Weighting: 10
Quality criterion - Name: Contingency Planning / Weighting: 5
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
3rd generation of this framework will be due to be retendered in 2028 subject to requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.
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
SVQ Delivery / Assessment / Internal Verification
Lot No
7
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Please see section 2.1.7 for the ITT Document.
two.2.4) Description of the procurement
Associate Trainers are required to deliver, and on occasion develop training materials.
two.2.5) Award criteria
Quality criterion - Name: Previous Experience / Weighting: 20
Quality criterion - Name: Delivery of Training / Weighting: 15
Quality criterion - Name: Experience and Professional Qualification / Weighting: 15
Quality criterion - Name: Client Management / Weighting: 10
Quality criterion - Name: Contingency Planning / Weighting: 5
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
3rd generation of this framework will be due to be retendered in 2028 subject to requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.
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
Health and Safety
Lot No
8
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Please see section 2.1.7 for the ITT Document.
two.2.4) Description of the procurement
Associate Trainers are required to deliver, and on occasion develop training materials.
two.2.5) Award criteria
Quality criterion - Name: Previous Experience / Weighting: 20
Quality criterion - Name: Delivery of Training / Weighting: 15
Quality criterion - Name: Experience and Professional Qualifications / Weighting: 15
Quality criterion - Name: Client Management / Weighting: 10
Quality criterion - Name: Contingency Planning / Weighting: 5
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
3rd generation of this framework will be due to be retendered in 2028 subject to requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.
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
Further Training Options
Lot No
9
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
Main site or place of performance
Please see section 2.1.7 for the ITT Document.
two.2.4) Description of the procurement
Associate Trainers are required to deliver, and on occasion develop training materials.
two.2.5) Award criteria
Quality criterion - Name: Previous Experience / Weighting: 20
Quality criterion - Name: Delivery of Training / Weighting: 15
Quality criterion - Name: Experience and Professional Qualifications / Weighting: 15
Quality criterion - Name: Client Management / Weighting: 10
Quality criterion - Name: Contingency Planning / Weighting: 5
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
3rd generation of this framework will be due to be retendered in 2028 subject to requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.
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
Bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Please see document entitled 'Minimum Bidder Requirements (Selection Criteria)' in Part 4c Qualification, section 1.72.1 of the qualifications envelope in PCS-T for the extensive list of professional or trade registers requirements.
Lot 1 - Accredited Training, Chartered Institute of Housing (CIH) - CIH desirable
Lot 1 - Accredited Training, Chartered Institute of Marketing (CIM) - CIM desirable
Lot 1 - Accredited Training, Chartered Institute of Procurement and Supply (CIPS) -MCIPS desirable
Lot 1 - Accredited Training, Chartered Institute of Professional Development (CIPD) - MCIPD required
Lot 1 - Accredited Training, Institute of Occupational Safety and Health (IOSH) - MIOSH desired
Lot 1 - Accredited Training, Institute of Workplace and Facilities Management (IWFM) - IWFM desired
Lot 1 - Accredited Training, National Examination Board in Occupational Safety and Health (NEBOSH) - MIOSH desired
three.1.2) Economic and financial standing
List and brief description of selection criteria
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.
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
Minimum level(s) of standards possibly required
The 3 financial 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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
PART 4C: SERVICES
Bidders will be required to provide examples of works carried out that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Please see attached document entitled 'Minimum Bidder Requirements (Selection Criteria)' for a list of the requirements per lot.
PART 4C: QUALIFICATIONS
Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
Please see attached document entitled 'Minimum Bidder Requirements (Selection Criteria)'for the list of requirements.
Minimum level(s) of standards possibly required
Please see document entitled 'Minimum Bidder Requirements (Selection Criteria)' in Part 4c Qualification, section 1.72.1 of the qualifications envelope in PCS-T for the extensive list of qualification and experience requirements.
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.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Continuity of service and resource capacity. Framework agreement for 3+1+1.
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
Originally published as:
Date
24 November 2023
Local time
12:00pm
Changed to:
Date
8 December 2023
Local time
12:00pm
See the change notice.
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
24 November 2023
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: 5 years
six.2) Information about electronic workflows
Electronic ordering will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25244. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:747121)
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