Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Forth Valley College
Grangemouth Road
Falkirk
FK2 9AD
UK
Contact person: Ester Vasallo
Telephone: +44 1324403000
E-mail: procurement@forthvalley.ac.uk
NUTS: UKM76
Internet address(es)
Main address: http://www.forthvalley.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00451
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Training Services for the Engineering Industry
Reference number: ASC-2026-02
II.1.2) Main CPV code
80531200
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is seeking a Contractor for the provision of training courses for the engineering industry.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80531200
80500000
80510000
80531000
80531100
80550000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Forth Valley College Falkirk campus and Contractor's location.
II.2.4) Description of the procurement
Forth Valley College, as an ECITB (Engineering Construction Industry Training Board) accredited training provider, requires to appoint an external training provider to deliver training courses for apprentices taking part in the APTUS Apprenticeship Programme, including a medical examination (drug and alcohol screening, fit to train, shoulder measurement), accommodation and meals.
Courses for other candidates not part of the APTUS programme may also be required.
The courses to be delivered are:
- BOSIET, CA-EBS, MIST including OGUK Medical – to be delivered within premises organised by the Contractor.
- Task Based Risk Assessment, Manual Handling Awareness and Authorised Gas Tester Level 3 – to be delivered within Forth Valley College’s Falkirk Campus.
II.2.5) Award criteria
Criteria below:
Quality criterion: Location
/ Weighting: 0
Quality criterion: Training Delivery
/ Weighting: 15
Quality criterion: Key Personnel
/ Weighting: 14
Quality criterion: Responsible Procurement – Wellbeing, Health & Safety
/ Weighting: 10
Quality criterion: Responsible Procurement – Community Benefits
/ Weighting: 3
Quality criterion: Responsible Procurement – Fair Work Practices
/ Weighting: 3
Quality criterion: Data Protection and Cyber Security Risks
/ Weighting: 5
Price
/ Weighting:
50
II.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 Authority reserves the right to extend the Agreement for a further 3 periods of 12 months, subject to satisfactory performance and continued Authority requirements.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
The Contractor may be required to provide training services for additional groups outside of the ECITB APTUS programme.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Question 4A2b Please complete the questions on memberships. Tenderers must confirm membership of Protection of Vulnerable Groups (PVG) scheme for all training instructors and all Service Provider Personnel attending Forth Valley College or interacting with College students.
Copies of documentation must be made available when requested prior to the award of the Contract.
Pass = The Tenderer has provided all relevant membership documentation and has demonstrated required membership.
Fail = The Tenderer has not provided the required membership documentation or has provided the information, but this does not correctly demonstrate the membership required.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Agreement as indicated below.
Question 4B5a Professional Liability – GBP2,000,0000
Question 4B5b Employers Liability – GBP5,000,000
Other Economic or Financial Requirements – Financial Accounts
Question 4B6. The successful Tenderer will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. If you are unable to provide the required accounting information – e.g. a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Agreement.
The College shall assess the financial accounts or banker’s letter submitted. It may seek further clarity if necessary and use all financial information submitted to ensure that the Tenderer has satisfactory economic and financial standing to meet the contract requirements. If analysis of a Tenderer’s financial position determines that additional measures are necessary in order to provide adequate assurance of the Tenderer’s financial strength to the College that Tenderer may or may not be required to provide additional guarantees. If such additional measures are not suitable or cannot be provided by the Tenderer, then the College reserves the right to disqualify the Tenderer.
Please confirm on the SPD on PCS that you can meet this requirement and this information shall be provided when requested.
Minimum level(s) of standards required:
Question 4B5a and 4B5b: A copy of the Insurance Certificate or Brokers Letter must be provided prior to award to demonstrate that the Insurance requirements can be met.
Pass = The Tenderer has the relevant Insurance in place with evidence of an Insurance Certificate or the Tenderer has committed to obtaining the required insurance with evidence of a brokers letter.
Fail = The Tenderer does not have the relevant insurance requirements in place and cannot commit to obtaining the relevant insurance OR the Tenderer has stated they have the relevant insurance in place or can obtain it but is unable to provide evidence to demonstrate this.
Question 4B6
Pass = The Tenderer has provided all financial accounts or banker’s letter and/or supporting information requirements as requested by the College and has demonstrated satisfactory economic and financial standing.
Fail = The Tenderer has not provided the required financial accounts or banker’s letter and/or supporting information as requested by the College or has provided the information but has not demonstrated satisfactory economic and financial standing.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Question 4C.1.2
Tenderers are required to provide 2 examples in the last 3 years to demonstrate that they have relevant experience to deliver the services as described. Tenderers are asked to provide the following details of examples of services carried out during the last 3 years:
- contract value amounts
- dates of performance
- names of client organisations
- brief description of the services
Minimum level(s) of standards required:
Pass = The Tenderer provided 2 examples of relevant experience in the last three years.
Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
11/09/2025
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
22/01/2026
IV.2.7) Conditions for opening of tenders
Date:
11/09/2025
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
July 2030
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=806568.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:806568)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=806568
VI.4) Procedures for review
VI.4.1) Review body
Camelon Sheriff Court
Main St, Camelon
Falkirk
FK1 4AR
UK
VI.5) Date of dispatch of this notice
12/08/2025