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