Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Professional Qualifications Framework Agreement

  • Cyhoeddwyd gyntaf: 03 Mehefin 2025
  • Wedi'i addasu ddiwethaf: 03 Mehefin 2025
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
ocds-h6vhtk-04c8fc
Cyhoeddwyd gan:
The City of Edinburgh Council
ID Awudurdod:
AA76329
Dyddiad cyhoeddi:
03 Mehefin 2025
Dyddiad Cau:
23 Mehefin 2025
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The City of Edinburgh Council (the “Council”) requires a Professional Qualifications Framework Agreement.

The Council’s aim is to appoint a number of Training Providers to deliver various Modern Apprenticeships and Health and Social Care Qualifications.

It is expected that the new Framework Agreement shall operate from August 2025 for a period of four years with no option to extend.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The City of Edinburgh Council

Waverley Court, 4 East Market Street

Edinburgh

EH8 8BG

UK

Person cyswllt: Aga Wieczorkiewicz

Ffôn: +44 1314693922

E-bost: aga.wieczorkiewicz@edinburgh.gov.uk

NUTS: UKM75

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.edinburgh.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

www.publictendersscotland.publiccontractsscotland.gov.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

www.publictendersscotland.publiccontractsscotland.gov.uk


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Professional Qualifications Framework Agreement

Cyfeirnod: CT1534

II.1.2) Prif god CPV

80000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The City of Edinburgh Council (the “Council”) requires a Professional Qualifications Framework Agreement.

The Council’s aim is to appoint a number of Training Providers to deliver various Modern Apprenticeships and Health and Social Care Qualifications.

It is expected that the new Framework Agreement shall operate from August 2025 for a period of four years with no option to extend.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 780 224.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Various Modern Apprenticeships

II.2.2) Cod(au) CPV ychwanegol

80000000

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Edinburgh

II.2.4) Disgrifiad o’r caffaeliad

Various Modern Apprenticeship Qualifications including:

Social Services and Healthcare SCQF 9 Technical Apprenticeship

Social Services (Children and Young People) SCQF 9 Technical Apprenticeship

Business and Administration SCQF 5 Modern Apprenticeship

Business and Administration SCQF 6 Modern Apprenticeship

Business and Administration SCQF 8 Technical Apprenticeship

Procurement SCQF 6 Modern Apprenticeship

Management SCQF 7 Modern Apprenticeship

Management SCQF 9 Modern Apprenticeship

Facilities Services SCQF 5 Modern Apprenticeship

Housing SCQF 6 Modern Apprenticeship

Digital Marketing SCQF 6 Modern Apprenticeship

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The Council reserves the right to add additional relevant Qualifications or associated services during the lifetime of the framework agreement. These Qualifications or services will be awarded using a Mini-competition against the most suitable Lot.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 2

II.2.1) Teitl

Trade and Construction Modern Apprenticeships

II.2.2) Cod(au) CPV ychwanegol

80000000

II.2.3) Man cyflawni

Cod NUTS:

UKM75

II.2.4) Disgrifiad o’r caffaeliad

Trade and Construction Modern Apprenticeships including:

Horticulture SCQF 5 Modern Apprenticeship

Horticulture SCQF 6 Modern Apprenticeship

Gas Engineering SCQF 6 Modern Apprenticeship

Rural Skills SCQF 5 Modern Apprenticeship

Rural Skills SCQF 6 Modern Apprenticeship

Rural Skills SCQF 7 Modern Apprenticeship

Regulatory Services SCQF 7 Modern Apprenticeship

Automotive (Heavy Goods and Public Service Vehicle Maintenance and Repairs) SCQF 7 Modern Apprenticeship

Painting and Decorating SCQF 6 Modern Apprenticeship

Plastering SCQF 6 Modern Apprenticeship

Carpentry and Joinery SCQF 6 Modern Apprenticeship

Plumbing and Heating SCQF 7 Modern Apprenticeship

Construction: Civil Engineering (Roadbuilding and Maintenance) SCQF 5 Modern Apprenticeship

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The Council reserves the right to add additional relevant Qualifications or associated services during the lifetime of the framework agreement. These Qualifications or services will be awarded using a Mini-competition against the most suitable Lot.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 3

II.2.1) Teitl

Various Scottish Vocational Qualifications

II.2.2) Cod(au) CPV ychwanegol

80000000

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Edinburgh

II.2.4) Disgrifiad o’r caffaeliad

Various Scottish Vocational Qualifications (SVQs) including:

GH5Y 22 SVQ Social Services and Healthcare SCQF L6

GH60 23 SVQ Social Services and Healthcare SCQF7 L7

GH61 24 SVQ Social Services and Healthcare SCQF L9

GH5W 23 SVQ Social Services (Children and Young People) SCQF7

GH5X 24 SVQ Social Services (Children and Young People) SCQF9

GM27 24 SVQ Management.SCQF L9

GJ9V 24 SVQ Care Services Leadership and Management SCQF L10

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The Council reserves the right to add additional relevant Qualifications or associated services during the lifetime of the framework agreement. These Qualifications or services will be awarded using a Mini-competition against the most suitable Lot.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 4

II.2.1) Teitl

Higher National Certificate Social Services

II.2.2) Cod(au) CPV ychwanegol

80000000

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Edinburgh

II.2.4) Disgrifiad o’r caffaeliad

This Lot covers the Higher National Certificate Social Services (GK89 15) SCQF level 7.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The Council reserves the right to add additional relevant Qualifications or associated services during the lifetime of the framework agreement. These Qualifications or services will be awarded using a Mini-competition against the most suitable Lot.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Rhif y Lot 5

II.2.1) Teitl

Professional Development Award Health and Social Care Supervision

II.2.2) Cod(au) CPV ychwanegol

80000000

II.2.3) Man cyflawni

Cod NUTS:

UKM75


Prif safle neu fan cyflawni:

Edinburgh

II.2.4) Disgrifiad o’r caffaeliad

This Lot covers the Professional Development Award (PDA) Health and Social Care Supervision (G9AM 47) SCQF 7.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 30

Price / Pwysoliad:  70

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The Council reserves the right to add additional relevant Qualifications or associated services during the lifetime of the framework agreement. These Qualifications or services will be awarded using a Mini-competition against the most suitable Lot.

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Selection criteria as stated in the procurement documents

III.1.2) Statws economaidd ac ariannol

Lefel(au) gofynnol y safonau sydd eu hangen:

Part III: Section A, B, C & D - 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.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.1 - Tenderers are required to have the following minimum “general” annual turnover for the last two financial years:

Lot 1 GBP 17,000

Lot 2 GBP 25,000

Lot 3 GBP 12,000

Lot 4 GBP 17,000

Lot 5 GBP 10,000

Where a tenderer is bidding for more than one Lot they must have turnover which is a cumulative total of the requirement of each Lot bid for.

Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4:

For each Lot:

Current ratio for Current Year: 1.1

Current ratio for Prior Year: 1.1

The formula for calculating a Tenderer’s current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than the requested current ratio. Where a Tenderer’s current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - B: Economic and financial standing – Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

a. Employers (Compulsory) Liability Insurance - GBP 5m

b. Public Liability Insurance - GBP 10m

c. All Risk - GBP 5m

Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.

III.1.3) Gallu technegol a phroffesiynol

Lefel(au) gofynnol y safonau sydd eu hangen:

This Section refers to Section A of Part IV: Selection criteria – A: Professional Accreditations– Question 4A.1 - Economic operators may be excluded from this competition if they are not an accredited Scottish Qualification Authority Assessment Centre with full approval to deliver qualifications identified within each Lot.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.1) Gwybodaeth am broffesiwn penodol

PDim ond proffesiwn penodol all gymryd rhan : Ydy

Cyfeiriad at y ddeddf, rheoliad neu ddarpariaeth weinyddol berthnasol:

Bidders must be an accredited Scottish Qualification Authority Assessment Centre with full approval to deliver qualifications identified within each Lot.

III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract

Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Na

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2024/S 000-040710

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 23/06/2025

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 4  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 23/06/2025

Amser lleol: 12:00

Place:

Edinburgh

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

Early 2029

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

CONTRACT SPECIFIC MANDATORY CRITERIA

Part IV: Selection criteria - C: Technical and Professional Ability – Prompt

Payment – Question 4C.4 - It is a mandatory requirement of this Contract that a prompt payment clause is present in all Contracts used in the delivery of the requirements. This ensures payment of sub-contractors at all stages of the supply chain within 30 days and includes an obligation to provide a point of contact for sub-contractors to refer to in the case of payment difficulties. This will require active monitoring of payment performance as well as the provision of evidence and reports to the Council on request or as contractually scheduled. Bidders should confirm that this condition will be met within the response to this question.

Part IV: Selection criteria - C: Technical and Professional Ability – Living Wage Payment – Question 4C.5 - Tenderers are asked to confirm that they will pay staff that are involved in the delivery of the Contract, (including any agency or sub-contractor staff) directly involved in the delivery of the Contract, at least the real Living Wage.

Part IV: Selection criteria - C: Environmental Management Measures – Question 4C.7 – Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: A completed copy of “Appendix 2 Climate Change Plan” including planned projects and actions to reduce the bidder’s carbon emissions. This does not need to contain calculated carbon emissions. Please note Appendix 2 is supplied as an individual document for completion.

Where a Tenderer’s response is of a less than the acceptable standard, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.

Part IV: Selection criteria - D: Health and Safety – Question 4D.1 - It is a mandatory requirement that Tendering Organisations with more than 5 employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not have a Health & Safety Policy and is required to do so, the Council may exclude the Bidder from the competition.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29232. 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:

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 in the tender documents.

(SC Ref:798889)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. The City of Edinburgh Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by fax or e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published in the FTS or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.

VI.5) Dyddiad anfon yr hysbysiad hwn

23/05/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
80000000 Gwasanaethau addysg a hyfforddiant Addysg

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
aga.wieczorkiewicz@edinburgh.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.