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

Professional Qualifications Framework Agreement

  • First published: 03 June 2025
  • Last modified: 03 June 2025
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04c8fc
Published by:
The City of Edinburgh Council
Authority ID:
AA76329
Publication date:
03 June 2025
Deadline date:
23 June 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The City of Edinburgh Council (the “Council”) requires a Professional Qualifications Framework Agreement.

The Council’s aim is to appoint a number of Training Providers to deliver various Modern Apprenticeships and Health and Social Care Qualifications.

It is expected that the new Framework Agreement shall operate from August 2025 for a period of four years with no option to extend.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Contact person: Aga Wieczorkiewicz

Telephone: +44 1314693922

E-mail: aga.wieczorkiewicz@edinburgh.gov.uk

NUTS: UKM75

Internet address(es)

Main address: http://www.edinburgh.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publictendersscotland.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Professional Qualifications Framework Agreement

Reference number: CT1534

II.1.2) Main CPV code

80000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The City of Edinburgh Council (the “Council”) requires a Professional Qualifications Framework Agreement.

The Council’s aim is to appoint a number of Training Providers to deliver various Modern Apprenticeships and Health and Social Care Qualifications.

It is expected that the new Framework Agreement shall operate from August 2025 for a period of four years with no option to extend.

II.1.5) Estimated total value

Value excluding VAT: 780 224.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Various Modern Apprenticeships

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh

II.2.4) Description of the procurement

Various Modern Apprenticeship Qualifications including:

Social Services and Healthcare SCQF 9 Technical Apprenticeship

Social Services (Children and Young People) SCQF 9 Technical Apprenticeship

Business and Administration SCQF 5 Modern Apprenticeship

Business and Administration SCQF 6 Modern Apprenticeship

Business and Administration SCQF 8 Technical Apprenticeship

Procurement SCQF 6 Modern Apprenticeship

Management SCQF 7 Modern Apprenticeship

Management SCQF 9 Modern Apprenticeship

Facilities Services SCQF 5 Modern Apprenticeship

Housing SCQF 6 Modern Apprenticeship

Digital Marketing SCQF 6 Modern Apprenticeship

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: No

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 Council reserves the right to add additional relevant Qualifications or associated services during the lifetime of the framework agreement. These Qualifications or services will be awarded using a Mini-competition against the most suitable Lot.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Trade and Construction Modern Apprenticeships

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM75

II.2.4) Description of the procurement

Trade and Construction Modern Apprenticeships including:

Horticulture SCQF 5 Modern Apprenticeship

Horticulture SCQF 6 Modern Apprenticeship

Gas Engineering SCQF 6 Modern Apprenticeship

Rural Skills SCQF 5 Modern Apprenticeship

Rural Skills SCQF 6 Modern Apprenticeship

Rural Skills SCQF 7 Modern Apprenticeship

Regulatory Services SCQF 7 Modern Apprenticeship

Automotive (Heavy Goods and Public Service Vehicle Maintenance and Repairs) SCQF 7 Modern Apprenticeship

Painting and Decorating SCQF 6 Modern Apprenticeship

Plastering SCQF 6 Modern Apprenticeship

Carpentry and Joinery SCQF 6 Modern Apprenticeship

Plumbing and Heating SCQF 7 Modern Apprenticeship

Construction: Civil Engineering (Roadbuilding and Maintenance) SCQF 5 Modern Apprenticeship

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: No

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 Council reserves the right to add additional relevant Qualifications or associated services during the lifetime of the framework agreement. These Qualifications or services will be awarded using a Mini-competition against the most suitable Lot.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Various Scottish Vocational Qualifications

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh

II.2.4) Description of the procurement

Various Scottish Vocational Qualifications (SVQs) including:

GH5Y 22 SVQ Social Services and Healthcare SCQF L6

GH60 23 SVQ Social Services and Healthcare SCQF7 L7

GH61 24 SVQ Social Services and Healthcare SCQF L9

GH5W 23 SVQ Social Services (Children and Young People) SCQF7

GH5X 24 SVQ Social Services (Children and Young People) SCQF9

GM27 24 SVQ Management.SCQF L9

GJ9V 24 SVQ Care Services Leadership and Management SCQF L10

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: No

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 Council reserves the right to add additional relevant Qualifications or associated services during the lifetime of the framework agreement. These Qualifications or services will be awarded using a Mini-competition against the most suitable Lot.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

Higher National Certificate Social Services

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh

II.2.4) Description of the procurement

This Lot covers the Higher National Certificate Social Services (GK89 15) SCQF level 7.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: No

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 Council reserves the right to add additional relevant Qualifications or associated services during the lifetime of the framework agreement. These Qualifications or services will be awarded using a Mini-competition against the most suitable Lot.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Professional Development Award Health and Social Care Supervision

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM75


Main site or place of performance:

Edinburgh

II.2.4) Description of the procurement

This Lot covers the Professional Development Award (PDA) Health and Social Care Supervision (G9AM 47) SCQF 7.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 30

Price / Weighting:  70

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

Duration in months: 48

This contract is subject to renewal: No

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 Council reserves the right to add additional relevant Qualifications or associated services during the lifetime of the framework agreement. These Qualifications or services will be awarded using a Mini-competition against the most suitable Lot.

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:

Selection criteria as stated in the procurement documents

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

Part III: Section A, B, C & D - Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of The Public Contracts (Scotland) Regulations 2015.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have the following minimum “general” annual turnover for the last two financial years:

Lot 1 GBP 17,000

Lot 2 GBP 25,000

Lot 3 GBP 12,000

Lot 4 GBP 17,000

Lot 5 GBP 10,000

Where a tenderer is bidding for more than one Lot they must have turnover which is a cumulative total of the requirement of each Lot bid for.

Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:

For each Lot:

Current ratio for Current Year: 1.1

Current ratio for Prior Year: 1.1

The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than the requested current ratio. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

a. Employers (Compulsory) Liability Insurance - GBP 5m

b. Public Liability Insurance - GBP 10m

c. All Risk - GBP 5m

Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

This Section refers to Section A of Part IV: Selection criteria – A: Professional Accreditations– Question 4A.1 - Economic operators may be excluded from this competition if they are not an accredited Scottish Qualification Authority Assessment Centre with full approval to deliver qualifications identified within each Lot.

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 must be an accredited Scottish Qualification Authority Assessment Centre with full approval to deliver qualifications identified within each Lot.

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-040710

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

Date: 23/06/2025

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

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 23/06/2025

Local time: 12:00

Place:

Edinburgh

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Early 2029

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

CONTRACT SPECIFIC MANDATORY CRITERIA

Part IV: Selection criteria - C: Technical and Professional Ability – Prompt

Payment – Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question.

Part IV: Selection criteria - C: Technical and Professional Ability – Living Wage Payment – Question 4C.5 - Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the Contract, (including any agency or sub-contractor staff) directly involved in the delivery of the Contract, at least the real Living Wage.

Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 – Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: A completed copy of “Appendix 2 Climate Change Plan” including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions. Please note Appendix 2 is supplied as an individual document for completion.

Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - D: Health and Safety – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29232. 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:

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 in the tender documents.

(SC Ref:798889)

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5) Date of dispatch of this notice

23/05/2025

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education

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:
aga.wieczorkiewicz@edinburgh.gov.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.