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

The Provision of CITB Assessment Services for West College Scotland

  • First published: 10 April 2024
  • Last modified: 10 April 2024

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-045093
Published by:
West College Scotland
Authority ID:
AA46236
Publication date:
10 April 2024
Deadline date:
17 May 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

West College Scotland is seeking to appoint a single supplier to provide services for on-site assessment as well as managing and assessing the portfolio element of these SVQs.

The College is seeking a Contractor for the Provision of On-Site Assessment Services for construction courses which are provided under the Construction and Building Services Sector.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

West College Scotland

Renfrew Road

Teams

PA3 4DR

UK

Telephone: +44 3006006060

E-mail: Emma.Carroll@wcs.ac.uk

NUTS: UKM

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.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

Other: Education

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

The Provision of CITB Assessment Services for West College Scotland

Reference number: WCS 20/116

II.1.2) Main CPV code

80400000

 

II.1.3) Type of contract

Services

II.1.4) Short description

West College Scotland is seeking to appoint a single supplier to provide services for on-site assessment as well as managing and assessing the portfolio element of these SVQs.

The College is seeking a Contractor for the Provision of On-Site Assessment Services for construction courses which are provided under the Construction and Building Services Sector.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

80400000

II.2.3) Place of performance

NUTS code:

UKM82

II.2.4) Description of the procurement

West College Scotland is seeking to appoint a single supplier to provide services for on-site assessment as well as managing and assessing the portfolio element of these SVQs.

The College is seeking a Contractor for the Provision of On-Site Assessment Services for construction courses which are provided under the Construction and Building Services Sector.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 65

Price / Weighting:  35

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

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 month extension periods

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.1.2) Economic and financial standing

List and brief description of selection criteria:

Minimum level(s) of standards required:

Please refer to question 4B.5 of the SPD and Economic and Financial standing section of the Contract Notice.

Tenderers must confirm they can provide the following supporting evidence prior to award:

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP

Professional Indemnity Insurance = 1 000 000 GBP

Public Liability Insurance = 5 000 000 GBP

To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or equivalent if awarded the contract.


Minimum level(s) of standards required:

Minimum level(s) of standards required:

Please refer to question 4B.5 of the SPD and Economic and Financial standing section of the Contract Notice.

Tenderers must confirm they can provide the following supporting evidence prior to award:

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP

Professional Indemnity Insurance = 1 000 000 GBP

Public Liability Insurance = 5 000 000 GBP

To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or equivalent if awarded the contract.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

1. Technical or Professional Ability – Prompt Payment in the Supply Chain

Please provide a statement of the relevant supply chain management and/or tracking systems use as requested below:

Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:

a) their standard payment terms

b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.

If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance.

Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.

Pass = Tenderer has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.

If unable to confirm, an improvement plan signed by their director which improves payment performance is provided.

Fail = Tenderer has been unable to confirm a) above and has not provided b) above, when requested.

2. Technical or Professional Ability – Educational and Professional Qualifications

The following educational and professional qualifications are held by Its managerial staff: The staff conducting the Agreement must hold or be working towards appropriate Assessor/Verification qualifications as required by the Awarding Body.

Pass: The bidder has confirmed that staff conducting the Agreement must hold or be working towards appropriate Assessor/Verification qualifications as required by the Awarding Body.

Fail: The bidder has not confirmed that staff conducting the Agreement hold or are working towards appropriate Assessor/Verification qualifications as required by the Awarding Body.

Please note all questions in this section are minimum standards and are mandatory. A fail will result in elimination from the procurement exercise.


Minimum level(s) of standards required:

1. Technical or Professional Ability – Prompt Payment in the Supply Chain

Please provide a statement of the relevant supply chain management and/or tracking systems use as requested below:

Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of:

a) their standard payment terms

b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.

If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance.

Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award.

Pass = Tenderer has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year.

If unable to confirm, an improvement plan signed by their director which improves payment performance is provided.

Fail = Tenderer has been unable to confirm a) above and has not provided b) above, when requested.

2. Technical or Professional Ability – Educational and Professional Qualifications

The following educational and professional qualifications are held by Its managerial staff: The staff conducting the Agreement must hold or be working towards appropriate Assessor/Verification qualifications as required by the Awarding Body.

Pass: The bidder has confirmed that staff conducting the Agreement must hold or be working towards appropriate Assessor/Verification qualifications as required by the Awarding Body.

Fail: The bidder has not confirmed that staff conducting the Agreement hold or are working towards appropriate Assessor/Verification qualifications as required by the Awarding Body.

Please note all questions in this section are minimum standards and are mandatory. A fail will result in elimination from the procurement exercise.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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: 17/05/2024

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: 17/05/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

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.

Form of Tender

Tenderers must sign the Form of Tender - Appendix A prior to award to confirm that their Tender Response is a complete, true and accurate submission.

Freedom of Information

Please confirm that you will be in a position to complete, prior to award, Appendix C - Freedom of Information (if applicable) in the Technical Questionnaire in PCS-Tender. This information should only be submitted if applicable at point of award. It is for information only and will not be scored.

Sustain Supply Chain Code of Conduct

In partnership with Institutions, the Authority has developed a Sustain Supply Chain Code of Conduct- Appendix D which sets out its expected standards for its supply chain in social, ethical and environmental compliance. Tenderers must complete the Sustain Supply Chain Code of Conduct prior to award to assist in achieving its objectives.

GDPR Contractor Assessment Form

The Tenderer must sign complete and sign Appendix F - GDPR Contractor Assessment Form prior to award.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26485. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:763223)

VI.4) Procedures for review

VI.4.1) Review body

Paisley Sheriff Court

3 St James Street

Paisley

PA3 2HL

UK

VI.5) Date of dispatch of this notice

09/04/2024

Coding

Commodity categories

ID Title Parent category
80400000 Adult and other education services Education and 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:
Emma.Carroll@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.