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

Framework for the call-off provision of Personal Survival Techniques, Fire Training, First Aid and Tanker Training

  • First published: 17 June 2025
  • Last modified: 17 June 2025
  • 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-0545f9
Published by:
City of Glasgow College
Authority ID:
AA23484
Publication date:
17 June 2025
Deadline date:
14 July 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The College requires training providers to provide the following Personal Survival Techniques and Fire Training:

Personal Survival Techniques (PST) STCW code (Table A-VI/1-1)

Fire Prevention and Fire Fighting including Tanker Fires (FP&FF, TFF) STCW Code (Table A-VI/1-2)

Advanced Fire Fighting (AFF) STCW code (Table A-VI/3)

STCW - Basic Training for Oil, Chemical and Liquefied Gas Tanker Cargo Operations.

STCW – Advanced Training for Oil Tanker Cargo Operations

STCW – Advanced Training for Chemical Tanker Operations

STCW – Advanced Training for Liquefied Gas Tanker Operations

First Aid - Elementary First Aid, Medical First Aid, Medical Care Course

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

City of Glasgow College

190 Cathedral Street

Glasgow

G4 0RF

UK

Telephone: +44 1413755316

E-mail: amie.mccrudden@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/esop/pts-host/public/pts/web/login.html


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/esop/pts-host/public/pts/web/login.html


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

Framework for the call-off provision of Personal Survival Techniques, Fire Training, First Aid and Tanker Training

Reference number: CS/CoGC/25/25

II.1.2) Main CPV code

80510000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The College requires training providers to provide the following Personal Survival Techniques and Fire Training:

Personal Survival Techniques (PST) STCW code (Table A-VI/1-1)

Fire Prevention and Fire Fighting including Tanker Fires (FP&FF, TFF) STCW Code (Table A-VI/1-2)

Advanced Fire Fighting (AFF) STCW code (Table A-VI/3)

STCW - Basic Training for Oil, Chemical and Liquefied Gas Tanker Cargo Operations.

STCW – Advanced Training for Oil Tanker Cargo Operations

STCW – Advanced Training for Chemical Tanker Operations

STCW – Advanced Training for Liquefied Gas Tanker Operations

First Aid - Elementary First Aid, Medical First Aid, Medical Care Course

II.1.5) Estimated total value

Value excluding VAT: 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 8 lots

II.2) Description

Lot No: 1

II.2.1) Title

Personal Survival Techniques

II.2.2) Additional CPV code(s)

80510000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

Personal Survival Techniques

II.2.5) Award criteria

Criteria below:

Quality criterion: Premises and Facilities / Weighting: 10

Quality criterion: Quality of the Service / Weighting: 13

Quality criterion: Course Management / Weighting: 5

Quality criterion: Contract Management / Weighting: 5

Quality criterion: Global Climate & Ecological Emergency / Weighting: 3

Quality criterion: Fair Work Practices / Weighting: 3

Quality criterion: Equality, Diversity & Inclusion / Weighting: 3

Quality criterion: Modern Slavery / Weighting: 3

Quality criterion: Site Visit / Weighting: 15

Price / Weighting:  40

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

Start: 27/09/2025

End: 26/09/2028

This contract is subject to renewal: Yes

Description of renewals:

This framework has an extension option of 12 months.

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

Lot No: 2

II.2.1) Title

Fire Prevention and Fire Fighting including Tanker Fires

II.2.2) Additional CPV code(s)

80510000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

Fire Prevention and Fire Fighting including Tanker Fires

II.2.5) Award criteria

Criteria below:

Quality criterion: Premises and Facilities / Weighting: 10

Quality criterion: Quality of the Service / Weighting: 13

Quality criterion: Course Management / Weighting: 5

Quality criterion: Contract Management / Weighting: 5

Quality criterion: Global Climate & Ecological Emergency / Weighting: 3

Quality criterion: Fair Work Practices / Weighting: 3

Quality criterion: Equality, Diversity & Inclusion / Weighting: 3

Quality criterion: Modern Slavery / Weighting: 3

Quality criterion: Site Visit / Weighting: 15

Price / Weighting:  40

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

Start: 27/09/2025

End: 26/09/2028

This contract is subject to renewal: Yes

Description of renewals:

This framework has an extension option of 12 months.

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

Lot No: 3

II.2.1) Title

Advanced Fire Fighting

II.2.2) Additional CPV code(s)

80510000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

Advanced Fire Fighting

II.2.5) Award criteria

Criteria below:

Quality criterion: Premises and Facilities / Weighting: 10

Quality criterion: Quality of the Service / Weighting: 13

Quality criterion: Course Management / Weighting: 5

Quality criterion: Contract Management / Weighting: 5

Quality criterion: Global Climate & Ecological Emergency / Weighting: 3

Quality criterion: Fair Work Practices / Weighting: 3

Quality criterion: Equality, Diversity & Inclusion / Weighting: 3

Quality criterion: Modern Slavery / Weighting: 3

Quality criterion: Site Visit / Weighting: 15

Price / Weighting:  40

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

Start: 27/09/2025

End: 26/09/2028

This contract is subject to renewal: Yes

Description of renewals:

This framework has an extension option of 12 months.

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

Lot No: 4

II.2.1) Title

First Aid (Elementary, Medical and Medical on board)

II.2.2) Additional CPV code(s)

80510000

80562000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

First Aid (Elementary, Medical and Medical on board)

II.2.5) Award criteria

Criteria below:

Quality criterion: Premises and Facilities / Weighting: 10

Quality criterion: Quality of the Service / Weighting: 13

Quality criterion: Course Management / Weighting: 5

Quality criterion: Contract Management / Weighting: 5

Quality criterion: Global Climate & Ecological Emergency / Weighting: 3

Quality criterion: Fair Work Practices / Weighting: 3

Quality criterion: Equality, Diversity & Inclusion / Weighting: 3

Quality criterion: Modern Slavery / Weighting: 3

Quality criterion: Site Visit / Weighting: 15

Price / Weighting:  40

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

Start: 27/09/2025

End: 26/09/2028

This contract is subject to renewal: Yes

Description of renewals:

This framework has an extension option of 12 months.

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

Lot No: 5

II.2.1) Title

Basic Training for Oil, Chemical and Liquefied Gas Tanker Cargo Operations

II.2.2) Additional CPV code(s)

80510000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

Basic Training for Oil, Chemical and Liquefied Gas Tanker Cargo Operations

II.2.5) Award criteria

Criteria below:

Quality criterion: Premises and Facilities / Weighting: 10

Quality criterion: Quality of the Service / Weighting: 13

Quality criterion: Course Management / Weighting: 5

Quality criterion: Contract Management / Weighting: 5

Quality criterion: Global Climate & Ecological Emergency / Weighting: 3

Quality criterion: Fair Work Practices / Weighting: 3

Quality criterion: Equality, Diversity & Inclusion / Weighting: 3

Quality criterion: Modern Slavery / Weighting: 3

Quality criterion: Site Visit / Weighting: 15

Price / Weighting:  40

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

Start: 27/09/2025

End: 26/09/2028

This contract is subject to renewal: Yes

Description of renewals:

This framework has an extension option of 12 months.

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

Lot No: 6

II.2.1) Title

Advanced Training for Oil Tanker Cargo Operations

II.2.2) Additional CPV code(s)

80510000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

Advanced Training for Oil Tanker Cargo Operations

II.2.5) Award criteria

Criteria below:

Quality criterion: Premises and Facilities / Weighting: 10

Quality criterion: Quality of the Service / Weighting: 13

Quality criterion: Course Management / Weighting: 5

Quality criterion: Contract Management / Weighting: 5

Quality criterion: Global Climate & Ecological Emergency / Weighting: 3

Quality criterion: Fair Work Practices / Weighting: 3

Quality criterion: Equality, Diversity & Inclusion / Weighting: 3

Quality criterion: Modern Slavery / Weighting: 3

Quality criterion: Site Visit / Weighting: 15

Price / Weighting:  40

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

Start: 27/09/2025

End: 26/09/2028

This contract is subject to renewal: Yes

Description of renewals:

This framework has an extension option of 12 months.

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

Lot No: 7

II.2.1) Title

Advanced Training for Chemical Tanker Operations

II.2.2) Additional CPV code(s)

80510000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

Advanced Training for Chemical Tanker Operations

II.2.5) Award criteria

Criteria below:

Quality criterion: Premises and Facilities / Weighting: 10

Quality criterion: Quality of the Service / Weighting: 13

Quality criterion: Course Management / Weighting: 5

Quality criterion: Contract Management / Weighting: 5

Quality criterion: Global Climate & Ecological Emergency / Weighting: 3

Quality criterion: Fair Work Practices / Weighting: 3

Quality criterion: Equality, Diversity & Inclusion / Weighting: 3

Quality criterion: Modern Slavery / Weighting: 3

Quality criterion: Site Visit / Weighting: 15

Price / Weighting:  40

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

Start: 27/09/2025

End: 26/09/2028

This contract is subject to renewal: Yes

Description of renewals:

This framework has an extension option of 12 months.

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

Lot No: 8

II.2.1) Title

Advanced Training for Liquefied Gas Tanker Operations

II.2.2) Additional CPV code(s)

80510000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

Advanced Training for Liquefied Gas Tanker Operations

II.2.5) Award criteria

Criteria below:

Quality criterion: Premises and Facilities / Weighting: 10

Quality criterion: Quality of the Service / Weighting: 13

Quality criterion: Course Management / Weighting: 5

Quality criterion: Contract Management / Weighting: 5

Quality criterion: Global Climate & Ecological Emergency / Weighting: 3

Quality criterion: Fair Work Practices / Weighting: 3

Quality criterion: Equality, Diversity & Inclusion / Weighting: 3

Quality criterion: Modern Slavery / Weighting: 3

Quality criterion: Site Visit / Weighting: 15

Price / Weighting:  40

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

Start: 27/09/2025

End: 26/09/2028

This contract is subject to renewal: Yes

Description of renewals:

This framework has an extension option of 12 months.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers (SPD Part 4A)

Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships at both Centre and Course level.

Lot 1 – Maritime Coast Guard Training Approval

Lot 2 – Maritime Coast Guard Training Approval

Lot 3 - Maritime Coast Guard Training Approval

Lot 4 - Maritime Coast Guard Training Approval

Lot 5 - Basic Training for Oil, Chemical and Liquefied Gas Tanker Cargo Operations.

Lot 6 – Advanced Training for Oil Tanker Cargo Operations

Lot 7 – Advanced Training for Chemical Tanker Operations

Lot 8 – Advanced Training for Liquefied Gas Tanker Operations

Technical and professional ability (SPD Part 4C)

Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

PVG Membership

Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:

PVG Membership

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

Economic and financial standing (SPD Part 4B)

Please refer to Part 4 B Economic and Financial Standing of the SPD

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

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

Technical and professional ability (SPD Part 4C)

Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

PVG Membership

Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:

PVG Membership

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

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:

Reference to the relevant law, regulation or administrative provision:

Bidders must confirm if they hold the particular authorisation or memberships at both Centre and Course level.

Lot 1 – Maritime Coast Guard Training Approval

Lot 2 – Maritime Coast Guard Training Approval

Lot 3 - Maritime Coast Guard Training Approval

Lot 4 - Maritime Coast Guard Training Approval

Lot 5 – Maritime Coast Guard Training Approval

Lot 6 – Maritime Coast Guard Training Approval

Lot 7 - Maritime Coast Guard Training Approval

Lot 8 - Maritime Coast Guard Training Approval

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: Yes

IV.2) Administrative information

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

Date: 14/07/2025

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

IV.2.7) Conditions for opening of tenders

Date: 14/07/2025

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:

3-4 years

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

VI.3) Additional information

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.

Declarations and Certificates:

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 C – SUSTAIN Supply Chain Code of Conduct;

Appendix D – Framework Terms and Conditions;

Appendix E – PECOS Supplier Adoption Form;

Appendix G- GDPR Assurance Assessment;

Appendix J – PVG Act Declaration;

Appendix K – Response Guidance – Equality, Diversity & Inclusion;

Appendix O – Declaration of Non-Involvement of Human Trafficking;

Appendix P – Declaration of Non-Involvement of Serious Organised Crime;

Appendix Q – Prompt Payment Certificate;

Appendix R – Fair Work Practises Guidance.

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 29408.

For more information see:

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

A sub-contract clause has been included in this contract. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29408. 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:

the Successful Bidder(s) is encouraged to implement a range of initiatives to achieve the relevant improvements to include, but not limited to:

Local employment, training and apprenticeships

Bidders will make proposals around these as part of their tender submission and once agreed by City of Glasgow College, will become a contractual obligation for the Successful Bidder(s).

(SC Ref:800867)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

UK

Internet address(es)

URL: https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

VI.5) Date of dispatch of this notice

10/06/2025

Coding

Commodity categories

ID Title Parent category
80562000 First-aid training services Health and first-aid training services
80510000 Specialist training services Training 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:
amie.mccrudden@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.