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