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 Award Notice

Framework Agreement for Provision of Online Training Courses with Learner Management System

  • First published: 18 September 2025
  • Last modified: 18 September 2025
  • Record interest

     

  • 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)

Contents

Summary

OCID:
ocds-h6vhtk-04dba3
Published by:
West College Scotland
Authority ID:
AA46236
Publication date:
18 September 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

Full notice text

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

Coding

Commodity categories

ID Title Parent category
80420000 E-learning services Adult and other education services
80531000 Industrial and technical training services Vocational training services
80510000 Specialist training services Training services
80521000 Training programme services Training facilities
80500000 Training services Education and training services
72212931 Training software development services Programming services of application software
48931000 Training software package Training and entertainment software package
80530000 Vocational 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:
procurement@wcs.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.