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 Associate Trainers – Domestic and International

  • First published: 20 October 2023
  • Last modified: 20 October 2023
  • 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-040d0b
Published by:
City of Glasgow College
Authority ID:
AA23484
Publication date:
20 October 2023
Deadline date:
24 November 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Associate Trainers are required to deliver, and on occasion develop training materials.

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: deborah.fagan@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

Framework for the call-off provision of Associate Trainers – Domestic and International

Reference number: CS/CoGC/23/14

II.1.2) Main CPV code

80000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

City of Glasgow College is seeking to appoint Associate Trainers to deliver a range of courses domestically and internationally covering the following subjects:

Accredited Training

SQA Training

Interpersonal Skills

Management & Leadership Skills

First Aid, Manual Handling & Care

Technical Skills

SVQ Delivery / Assessment / Internal Verification

Health and Safety

Further Training Options

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 9 lots

II.2) Description

Lot No: 1

II.2.1) Title

Accredited Training

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Please see section 2.1.7 for the ITT Document.

II.2.4) Description of the procurement

Associate Trainers are required to deliver, and on occasion develop training materials.

II.2.5) Award criteria

Criteria below:

Quality criterion: Previous Experience / Weighting: 20

Quality criterion: Delivery of Training / Weighting: 15

Quality criterion: Experience and Professional Qualifications / Weighting: 15

Quality criterion: Client Management / Weighting: 10

Quality criterion: Contingency Planning / Weighting: 5

Price / Weighting:  35

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

3rd generation of this framework will be due to be retendered in 2028 subject to requirements.

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 college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.

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

SQA Training

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Please see section 2.1.7 of the ITT Document

II.2.4) Description of the procurement

Associate Trainers are required to deliver, and on occasion develop training.

II.2.5) Award criteria

Criteria below:

Quality criterion: Previous Experience / Weighting: 20

Quality criterion: Delivery of Training / Weighting: 15

Quality criterion: Experience & Professional Qualifications / Weighting: 15

Quality criterion: Client Management / Weighting: 10

Quality criterion: Contingency Planning / Weighting: 5

Price / Weighting:  35

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

3rd generation of this framework will be retendered in 2028 subject to requirements.

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 college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.

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

Interpersonal Skills

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Please see section 2.1.7 for the ITT Document.

II.2.4) Description of the procurement

Associate Trainers are required to deliver, and on occasion develop training materials.

II.2.5) Award criteria

Criteria below:

Quality criterion: Previous Experience / Weighting: 20

Quality criterion: Delivery of Training / Weighting: 15

Quality criterion: Experience and Profession Qualifications / Weighting: 15

Quality criterion: Client Management / Weighting: 10

Quality criterion: Contingency Planning / Weighting: 5

Price / Weighting:  35

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

3rd generation of this framework will be due to be retendered in 2028 subject to requirements.

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 college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.

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

Management & Leadership Skills

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Please see section 2.1.7 for the ITT Document.

II.2.4) Description of the procurement

Associate Trainers are required to deliver, and on occasion develop training materials.

II.2.5) Award criteria

Criteria below:

Quality criterion: Previous Experience / Weighting: 20

Quality criterion: Delivery of Training / Weighting: 15

Quality criterion: Experience and Professional Qualifications / Weighting: 15

Quality criterion: Client Management / Weighting: 10

Quality criterion: Contingency Planning / Weighting: 5

Price / Weighting:  35

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

3rd generation of this framework will be due to be retendered in 2028 subject to requirements.

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 college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.

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

First Aid, Manual Handling and Care

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Please see section 2.1.7 for the ITT Document.

II.2.4) Description of the procurement

Associate Trainers are required to deliver, and on occasion develop training materials.

II.2.5) Award criteria

Criteria below:

Quality criterion: Previous Experience / Weighting: 20

Quality criterion: Delivery of Training / Weighting: 15

Quality criterion: Experience and Professional Qualifications / Weighting: 15

Quality criterion: Client Management / Weighting: 10

Quality criterion: Contingency Planning / Weighting: 5

Price / Weighting:  35

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

3rd generation of this framework will be due to be retendered in 2028 subject to requirements.

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 college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.

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

Technical Skills

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Please see section 2.1.7 for the ITT Document.

II.2.4) Description of the procurement

Associate Trainers are required to deliver, and on occasion develop training materials.

II.2.5) Award criteria

Criteria below:

Quality criterion: Previous Experience / Weighting: 20

Quality criterion: Delivery of Training / Weighting: 15

Quality criterion: Experience and Professional Qualifications / Weighting: 15

Quality criterion: Client Management / Weighting: 10

Quality criterion: Contingency Planning / Weighting: 5

Price / Weighting:  35

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

3rd generation of this framework will be due to be retendered in 2028 subject to requirements.

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 college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.

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

SVQ Delivery / Assessment / Internal Verification

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Please see section 2.1.7 for the ITT Document.

II.2.4) Description of the procurement

Associate Trainers are required to deliver, and on occasion develop training materials.

II.2.5) Award criteria

Criteria below:

Quality criterion: Previous Experience / Weighting: 20

Quality criterion: Delivery of Training / Weighting: 15

Quality criterion: Experience and Professional Qualification / Weighting: 15

Quality criterion: Client Management / Weighting: 10

Quality criterion: Contingency Planning / Weighting: 5

Price / Weighting:  35

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

3rd generation of this framework will be due to be retendered in 2028 subject to requirements.

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 college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.

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

Health and Safety

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Please see section 2.1.7 for the ITT Document.

II.2.4) Description of the procurement

Associate Trainers are required to deliver, and on occasion develop training materials.

II.2.5) Award criteria

Criteria below:

Quality criterion: Previous Experience / Weighting: 20

Quality criterion: Delivery of Training / Weighting: 15

Quality criterion: Experience and Professional Qualifications / Weighting: 15

Quality criterion: Client Management / Weighting: 10

Quality criterion: Contingency Planning / Weighting: 5

Price / Weighting:  35

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

3rd generation of this framework will be due to be retendered in 2028 subject to requirements.

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 college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.

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: 9

II.2.1) Title

Further Training Options

II.2.2) Additional CPV code(s)

80000000

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Please see section 2.1.7 for the ITT Document.

II.2.4) Description of the procurement

Associate Trainers are required to deliver, and on occasion develop training materials.

II.2.5) Award criteria

Criteria below:

Quality criterion: Previous Experience / Weighting: 20

Quality criterion: Delivery of Training / Weighting: 15

Quality criterion: Experience and Professional Qualifications / Weighting: 15

Quality criterion: Client Management / Weighting: 10

Quality criterion: Contingency Planning / Weighting: 5

Price / Weighting:  35

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

Duration in months: 60

This contract is subject to renewal: Yes

Description of renewals:

3rd generation of this framework will be due to be retendered in 2028 subject to requirements.

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 college may at times a the need to utilise Associate trainers of centre accreditation if/where relevant. Associated costs will be negotiated on a case by case basis.

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:

Bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

Please see document entitled 'Minimum Bidder Requirements (Selection Criteria)' in Part 4c Qualification, section 1.72.1 of the qualifications envelope in PCS-T for the extensive list of professional or trade registers requirements.

Lot 1 - Accredited Training, Chartered Institute of Housing (CIH) - CIH desirable

Lot 1 - Accredited Training, Chartered Institute of Marketing (CIM) - CIM desirable

Lot 1 - Accredited Training, Chartered Institute of Procurement and Supply (CIPS) -MCIPS desirable

Lot 1 - Accredited Training, Chartered Institute of Professional Development (CIPD) - MCIPD required

Lot 1 - Accredited Training, Institute of Occupational Safety and Health (IOSH) - MIOSH desired

Lot 1 - Accredited Training, Institute of Workplace and Facilities Management (IWFM) - IWFM desired

Lot 1 - Accredited Training, National Examination Board in Occupational Safety and Health (NEBOSH) - MIOSH desired

III.1.2) Economic and financial standing

List and brief description of selection criteria:

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.

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


Minimum level(s) of standards required:

The 3 financial 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.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

PART 4C: SERVICES

Bidders will be required to provide examples of works carried out that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Please see attached document entitled 'Minimum Bidder Requirements (Selection Criteria)' for a list of the requirements per lot.

PART 4C: QUALIFICATIONS

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

Please see attached document entitled 'Minimum Bidder Requirements (Selection Criteria)'for the list of requirements.


Minimum level(s) of standards required:

Please see document entitled 'Minimum Bidder Requirements (Selection Criteria)' in Part 4c Qualification, section 1.72.1 of the qualifications envelope in PCS-T for the extensive list of qualification and experience requirements.

III.2) Conditions related to the contract

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 a single operator.

Justification for any framework agreement duration exceeding 4 years: Continuity of service and resource capacity. Framework agreement for 3+1+1.

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: 24/11/2023

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: 24/11/2023

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:

5 years

VI.2) Information about electronic workflows

Electronic ordering will be used

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25244. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:747121)

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

18/10/2023

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:
deborah.fagan@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.