Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
West College Scotland
Renfrew Road
Paisley
PA3 4DR
UK
Contact person: Claire Earnshaw
Telephone: +44 3006006060
E-mail: procurement@wcs.ac.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.westcollegescotland.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00465
I.2) Joint procurement
The contract is awarded by a central purchasing body
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 Agreement for Provision of Online Training Courses with Learner Management System
Reference number: WCS 20/155
II.1.2) Main CPV code
80420000
II.1.3) Type of contract
Services
II.1.4) Short description
This Framework Agreement for the provision of online training courses with learning platform will include the following;
- provision of suitable approved online training courses with supplementary learning materials where relevant;
- sourcing and enrolling eligible learners for the College; and
- an effective, user-friendly Learner Management System to track progress and encourage learners to submit their initial assignment
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
6 000 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
80530000
80521000
80531000
80510000
48931000
72212931
80500000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
This requirement is to be delivered online.
II.2.4) Description of the procurement
West College are looking to appoint a number of Service Providers to a multi-supplier framework agreement for the provision of online training courses with learning platform.
This requirement is anticipated to include:
- assisting the College to source and enrol eligible learners
- providing approved online learning resources (with supplementary learning materials where relevant)
– providing a Learner Management System to track progress and encourage learners to submit their initial assignment
Service providers are also expected to provide the following services as part of the contract:
- Promotion of the College portfolio of online courses to appropriate target audiences
-Sourcing learners from the West Region of Scotland
-Ensuring learners are tracked through the College enrolment process
-Engaging learners through welcome and introduction activity
–Ensuring that learners are inspired to continue beyond the initial learning milestones
-Tracking learner progress throughout learner journey and liaise with the College
-Liaising with the College on agreed target audiences to ensure planned and effective marketing and promotion campaigns
- Management of payment information to staff marking courses
- E-certification system built in for all courses to include creation, dissemination and reporting on certification process
- A system that includes API Integration Functionality. This should supporting bi-directional integration (via open API) to enable real-time updates between the Learning Management System and the College’s Management Information System (MIS), including:
Inputs: Automatic syncing of student enrolments from the College’s MIS into the LMS
Outputs: Submission of learner progress, attendance, and assessment records to the College’s MIS for compliance and reporting
A wide range of courses is required as detailed in section 3.1 of the Specification of Requirements.
The procurement involves the establishment of a framework agreement with several operators.
II.2.5) Award criteria
Quality criterion: As detailed in the ITT documents
/ Weighting: 60
Price
/ Weighting:
40
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
II.2.14) 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
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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-017179
Section V: Award of contract
Contract No: WCS 20/155
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/09/2025
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
Yes
V.2.3) Name and address of the contractor
Learning Curve Group
Unit 51-53 Innovation House, South Church Enterprise Park
Bishop Auckland
DL14 6XB
UK
Telephone: +44 1388777129
NUTS: UKM83
The contractor is an SME:
No
V.2.3) Name and address of the contractor
The SKills Network
10-16 Abbey Court, Benedict Drive
Selby
YO8 8RY
UK
Telephone: +44 1757210022
NUTS: UKM83
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 6 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Quality Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent 3rd-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or a documented policy regarding quality management, see attachment at SPD question 4D.1.
H&S Procedures
1. The bidder must hold a UKAS (or equivalent), accredited independent 3rd-party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
OR,
4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.
Note - Organisations with fewer than 5 employees are not required by law to have a documented policy statement.
4b. A documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement.
Environmental Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent 3rd-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment-SPD question 4D.2.
Data hosting
If the data is to be hosted in a Country out-with the EEA, and is not included in the ICO’s ‘adequate’ list, the relevant safeguards must be in place. Detail of where the data is to be hosted and any safeguards (if required) must be provided. If the bidder does not demonstrate that the relevant safeguards are in place (if required) their bid will be non-compliant and not proceed any further.
Alignment to Web Content Accessibility Guidelines (WCAG) 2.2 AA Standard or newer
Full accessibility across the system is required to meet the most up-to-date WCAG (Web Content Accessibility Guidelines) minimum of 2.2 AA Standard as well as the latest UK Government Guidance on the accessibility requirements for public sector bodies or evidence (statement) of working towards those regulations. Bidders who cannot evidence this through provision of a relevant Accessibility Statement will fail. Their bid will be deemed non-compliant and not proceed further.
Awarding Bodies
Bidders must state all Awarding Bodies they will work with for the delivery of these requirements. Where a bidder has a plan to work with an Awarding Body they must provide a timeline to achieving the relevant accreditation.
If the bidder does not clearly confirm this their bid will be non-compliant and not proceed any further in the evaluation.
(SC Ref:809985)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
UK
VI.4.2) Body responsible for mediation procedures
Glasgow Sheriff Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
17/09/2025