Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

The Provision of In Class Support Services

  • First published: 07 June 2024
  • Last modified: 07 June 2024
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-046e1f
Published by:
City of Glasgow College
Authority ID:
AA23484
Publication date:
07 June 2024
Deadline date:
08 July 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

City of Glasgow College requires in-class support through the provision of non-medical person help (NMPH) due to increased requirements. This is inclusive of day, weekend and evening students.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

City of Glasgow College

190 Cathedral Street

Glasgow

G1 2AD

UK

Contact person: Rachel Park

Telephone: +44 01413755108

E-mail: Rachel.Park@cityofglasgowcollege.ac.uk

NUTS: UKM82

Internet address(es)

Main address: http://www.cityofglasgowcollege.ac.uk/

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.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

The Provision of In Class Support Services

Reference number: CS/CoGC/24/26

II.1.2) Main CPV code

80340000

 

II.1.3) Type of contract

Services

II.1.4) Short description

City of Glasgow College requires in-class support through the provision of non-medical person help (NMPH) due to increased requirements. This is inclusive of day, weekend and evening students.

II.1.5) Estimated total value

Value excluding VAT: 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

80340000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

City of Glasgow College

II.2.4) Description of the procurement

City of Glasgow College are seeking a supplier for the provision of In Class Support Services (non-medical person help) for students with a disability, health condition and/or an additional support need (ASN). This is inclusive of day, weekend and evening students.

Services can include, but are not limited to: Mentors (Mental Health, Autism); Proof Readers; Note Takers; Personal Assistance; Exam/Assessment Support; Mobility Support; Study Skills Support (ASD, ADD, ADHD); Scribes; Prompts.

II.2.5) Award criteria

Criteria below:

Quality criterion: Case Studies / Weighting: 20

Quality criterion: Methodology & Approach / Weighting: 10

Quality criterion: Support Vetting & Selection / Weighting: 10

Quality criterion: Support Competency & Performance Review / Weighting: 10

Quality criterion: Required Expertise / Weighting: 7

Quality criterion: Administration & Management / Weighting: 5

Quality criterion: Equality, Diversity & Inclusion / Weighting: 5

Quality criterion: Fair Work Practices / Weighting: 3

Price / Weighting:  30

II.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:

Contract duration will be 2 years with the option to extend for a further 2 x 12 months. A new contract will be put in place at the end of the total contract duration.

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: No

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.1.2) Economic and financial standing

List and brief description of selection criteria:

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.

The 3 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.

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

Public Liability Insurance = 10,000,000 GBP

Professional Liability Insurance = 2,000,000 GBP


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Bidders will be required to comply with the requirements of the Protection of Vulnerable Groups (Scotland) Act 2007 (the "PVG" Act"). Services provided under the contract will only be carried out by individuals who are Scheme Members under the PVG Act.

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: 08/07/2024

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

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 08/07/2024

Local time: 12:00

Place:

Glasgow

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

This contract will be reviewed six months prior to the contract ending.

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

In an open tendering procedure prior to any award being made the successful bidder must provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Questionnaire.

All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.

- Appendix A - Form of Tender

- Appendix B - Freedom of Information

- Appendix G - GDPR Assurance Assessment (Processor)

- Appendix J - PVG Act Declaration

- Appendix M - HMRC Intermediaries (IR35) Tax Legislation

- Appendix N - Conflict of Interest Declaration

- Appendix O - Non-Involvement in Human Trafficking

- Appendix P - Non-Involvement in Serious Organised Crime

- Appendix Q - Prompt Payment Certificate

In the case of an open tender this information will not be required to be uploaded and submitted with the bid, but will instead be requested by the College following the conclusion of the evaluation of the Qualification, Technical and Commercial Questionnaires and prior to the award of the tender.

Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the Qualification Questionnaire, will invalidate any bid. In this scenario the College will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on, and upon verification will award the contract to this bidder instead.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_26904.

For more information see:

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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26904. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:768730)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

UK

Telephone: +44 01414298888

E-mail: glasgow@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

06/06/2024

Coding

Commodity categories

ID Title Parent category
80340000 Special education services Higher education services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Rachel.Park@cityofglasgowcollege.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.