Tender

Professional Learning Services Framework

  • Stirling Council

F02: Contract notice

Notice identifier: 2025/S 000-073901

Procurement identifier (OCID): ocds-h6vhtk-02a31d (view related notices)

Published 14 November 2025, 11:34am



Section one: Contracting authority

one.1) Name and addresses

Stirling Council

Strategic Commissioning, Old Viewforth

Stirling

FK8 2ET

Email

robbd@stirling.gov.uk

Telephone

+44 1786233384

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.stirling.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Professional Learning Services Framework

Reference number

SC2425-0223

two.1.2) Main CPV code

  • 80500000 - Training services

two.1.3) Type of contract

Services

two.1.4) Short description

Stirling Council is seeking to award a framework for the provision of high quality professional learning, including formal qualifications, certificated courses and other evidence based learning.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Delivery of certificated First Aid Training

Lot No

3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Stirling

two.2.4) Description of the procurement

This service specification is for the provision of First Aid Training that has been commissioned by the Schools, Learning and Education Team to meet essential learning requirements for a diverse workforce.

The provider shall deliver certificated First Aid training; course titles are:

Emergency First Aid at Work (EFAW)

First Aid at Work (FAW) 18 hours

First Aid at Work (FAW) requalification 12 hours

Paediatric First Aid (or First Aid at Work (FAW) Babies and Children 0-8 years) 12 hours

Emergency Paediatric First Aid - 6 hours

The following requirements are deemed mandatory. N.B. Tenderers may be deemed as non-compliant if your company cannot provide the requirements as stated below.

The provider shall deliver certificated First Aid training, including First Aid at Work and/or Emergency First Aid and/or Paediatric First Aid and/or Emergency Paediatric First Aid. It is preferred that suppliers can provide all courses detailed above if not then suppliers must be able to provide prices for at least 3 courses detailed above. If suppliers are unable to price for any of these courses then the highest price submitted by the other tenderers will be used for evaluation purposes.

The Provider must deliver courses in or within travelling distance to Stirling Schools or Nurseries where required. Blended learning opportunities would also be welcomed;

The Provider must ensure that the training meets the statutory requirements laid out in the following pieces of legislation:

- Health and Safety (First Aid) Regulations 1981

- Reporting of Injuries, Diseases and Dangerous Occurrences Regulations 2013 (RIDDOR)

The Provider must comply with HSE advice and work in compliance with the Assessment Principles for First Aid Qualifications.

If suppliers are providing First Aid at Work (FAW) and First Aid at Work (FAW)requalification these courses must be SQA accredited. This does not apply for Emergency First Aid at Work (EFAW) or Emergency Paediatric First Aid.

The Provider must use training materials, and teach first aid management of injuries and illness in accordance with current guidelines published by the Resuscitation Council (UK); and

- The current edition of the first-aid manual of the Voluntary Aid Societies (St John Ambulance, British Red Cross, St Andrew’s First Aid); or

- other equivalent published guidelines, provided they are in line with the above or supported by a responsible body of medical opinion.

The Provider must ensure that trainer to delegate ratios are in accordance with current guidelines published by the Resuscitation Council (UK); and the current edition of the first-aid manual of the Voluntary Aid Societies (St John Ambulance, British Red Cross, St Andrew’s First Aid).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the procurement of the new framework will occur 6 months prior to framework expiry date.

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

Delivery of certificated Food Hygiene training and Level 2 Food Safety

Lot No

4

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Stirling

two.2.4) Description of the procurement

This service specification is for the provision of Food Hygiene / Safety Training that has been commissioned by the Schools, Learning and Education Team to meet essential learning requirements for a diverse workforce.

We are seeking providers who can provide certificated Elementary Food Hygiene(Face to Face or blended); Basic/Introductory Food Hygiene; Intermediate Food Hygiene.

Lot 4A - Level 2 Food Safety (Online)

The following requirements are deemed mandatory. N.B. Tenderers may be deemed as non-compliant if your company cannot provide the requirements as stated below.

Lot 4 - Provide certificated Elementary Food Hygiene, Introductory Food Hygiene and Intermediate Food Hygiene, which enables practitioners to carry out required food handling duties.

Lot 4 A– Provide certificated Level 2 Food Safety (online) which enables practitioners to carry out required food handling duties.

Elementary Food Hygiene providers should be approved by the Royal Environmental Health Institute of Scotland (REHIS), in line with the REHIS Regulations.

Level 2 Food Safety providers should have relevant accreditation / approval, for example, CPD Certified, ROSPA approved, Institute of Hospitality endorsed, EHO approved or equivalent.

Deliver courses in or within travelling distance to Stirling Schools or Nurseries where required or online in relation to Lot 4A;

Deliver courses at a variety of times suitable to catering, care and schools, learning and education, e.g. morning, afternoon, twilight, evening, full day / half day.

Deliver part/all courses online if required (e.g. COVID-19)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the procurement of the new framework will occur 6 months prior to framework expiry date.

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

Delivery of relevant early learning and childcare training

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Stirling

two.2.4) Description of the procurement

We are seeking providers of high quality, face to face and / or online, training to support early learning and childcare (ELC) practitioners to:

Increase knowledge of child development theory and early brain development;

Develop practical ideas on developing learning through play;

Inspire creativity and develop innovative practice;

Engage parents in play and learning;

Provide high quality outdoor play and learning opportunities;

Support children’s health and wellbeing, including mental health and growth mindset;

Provide effective early maths and literacy experiences;

Support children to develop transferable skills;

Effectively lead an ELC service.

The following requirements are deemed mandatory. N.B. Tenderers may be deemed as non-compliant if your company cannot provide the requirements as stated below.

The provider shall deliver flexible and creative professional learning delivered by recognised and qualified providers; who can deliver high quality, innovative professional learning;

The provider shall deliver training which is linked to Curriculum for Excellence and Realising the Ambition principles, local and national priorities and reflects SSSC professional standards;

The provider shall deliver training linked to at least one of the following; Child development theory and early brain development; Learning through play; Creativity; Parental Engagement; Outdoor Play; Health and wellbeing; Maths; Literacy; Leadership.

All courses must be suitable for staff working with children under the age of 5 years

The provider shall deliver courses in or within travelling distance to Stirling Schools and Nurseries where required;

The provider shall deliver training that reflects relevant parts of Education Scotland’s national model of professional learning and the key principles and features of effective learning;

Deliver part/all courses online if required (e.g. COVID-19)

two.2.5) Award criteria

Quality criterion - Name: MS1 Compliance to Specification / Weighting: 50

Quality criterion - Name: MS2 Expertise of Trainers / Weighting: 25

Quality criterion - Name: MS3 Delivery Arrangements / Weighting: 10

Quality criterion - Name: MS4 Contingency Planning / Weighting: 10

Quality criterion - Name: MS5 Community Benefits / Weighting: 5

Cost criterion - Name: Cost / Weighting: 0

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the procurement of the new framework will occur 6 months prior to framework expiry date.

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

Delivery of required qualifications to meet SSSC registration

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Stirling

two.2.4) Description of the procurement

Stirling Council are seeking providers who can deliver SCQF Childhood Practice qualifications, which meet SSSC registration requirements for support workers, practitioners and managers.

The following requirements are deemed mandatory. N.B. Tenderers may be deemed as non-compliant if your company cannot provide the requirements as stated below.

The provider must be able deliver courses which meet the SSSC registration requirement for Support Workers, Practitioners and Managers working in Day Care of Children Services;

Suppliers must be able to provide at least 2 of the following courses in order to tender for this lot of the framework, however if suppliers are unable to a price for any of these courses then the highest price submitted by the other tenderers will be used for evaluation purposes.

Courses should include 2 or more of the following courses;

SVQ II Social Services Children and Young People

SVQ III Social Services Children and Young People

PDA Level 8 Childhood Practice

PDA Level 9 Childhood Practice

HND Childhood Practice

The provider may in addition provide any other relevant qualification accepted by the SSSC;

The provider shall also provide part qualifications, for example, individual modules required on a request and / or top-up basis;

The provider shall deliver these courses on a part-time and evening basis, within Stirling locality, or via online platform or blended learning;

The provider shall be Scottish Qualifications Authority (SQA) approved.

The provider shall be registered with the Students Awards Agency Scotland (SAAS);

The provider shall provide training which meets requirements of the Blueprint for 2020: The Expansion of Early Learning and Childcare in Scotland: National Standards (Scottish Government, 2018);

Providers offering training for Managers / Lead Practitioners must be approved by the Scottish Social Services Council (SSSC) and fully comply with the Standard for Childhood Practice.

Deliver part/all courses online if required (e.g. COVID-19)

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Cost / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

It is anticipated that the procurement of the new framework will occur 6 months prior to framework expiry date.

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

In order to tender for each of the following lots suppliers must ensure they meet the mandatory criteria set out above specific to each lot - Please see description of each lot.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Envisaged maximum number of participants to the framework agreement: 26

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: 2021/S 000-007084

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 December 2025

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

18 December 2025

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: If the framework will be required in future, it is anticipated that the procurement of the new framework will occur 6 months prior to framework expiry date.

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30474. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

based on the successful contractors’ annual spend with Stirling Council there will be a requirement to meet the minimum number of Community Benefits points as detailed in the ITT.

(SC Ref:813246)

six.4) Procedures for review

six.4.1) Review body

Stirling Sheriff Court

Stirling

Country

United Kingdom