Tender

GCC006405CPU - Principles of Sustainable Resource Management Training (SCQF level 5)

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

16 Oct 2025 at 00:00

Summary of the contracting process

See notice for full details.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

GCC006405CPU - Principles of Sustainable Resource Management Training (SCQF level 5)

Notice Description

The council invites tender bids for the provision of a qualified training provider to deliver Principles of sustainable resource management training (SCQF level 5) to frontline staff. Glasgow City Council has the requirement for a programme of Certificates in Principles of Sustainable Resource Management (SCQF Level 5) training for approximately 100 employees over the course of 2 years.

Lot Information

Lot 1

Glasgow City Council strives to provide continual development and training for frontline staff based within the waste management and recycling sector. The council requires the Principles of sustainable resource management training (SCQF level 5) training to be provided to frontline staff with the introduction of vocational qualifications. The council has agreed that the Certificate in Principles of Sustainable Resource Management (SCQF level 5) is a suitable introductory qualification. Certificate in Principles of Sustainable Resource Management (SCQF level 5) qualification has been chosen as it is suitable for new or existing employees and offers excellent general knowledge at Level 2 within sustainable waste management and resource environments. Upon delivery, the training should enhance the knowledge of frontline staff engaged within the industry. It would also provide the opportunity to create a foundation for the introduction of further qualifications and provide a pathway for career progression within the council.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000813116
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT541616
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80000000 - Education and training services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
16 Oct 20254 months ago
Submission Deadline
17 Nov 2025Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Not specified
Contact Email
alyshah.ali@glasgow.gov.uk
Contact Phone
+44 1412876426

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000813116-2025-10-16T00:00:00Z",
    "date": "2025-10-16T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000813116",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-43",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "email": "Alyshah.Ali@glasgow.gov.uk",
                "telephone": "+44 1412876426",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-44",
            "name": "Glasgow Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO Box 231 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "telephone": "+44 1414298888",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-43"
    },
    "tender": {
        "id": "GCC006405CPU",
        "title": "GCC006405CPU - Principles of Sustainable Resource Management Training (SCQF level 5)",
        "description": "The council invites tender bids for the provision of a qualified training provider to deliver Principles of sustainable resource management training (SCQF level 5) to frontline staff. Glasgow City Council has the requirement for a programme of Certificates in Principles of Sustainable Resource Management (SCQF Level 5) training for approximately 100 employees over the course of 2 years.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?VISITORID=3afb2957-a20b-4d53-bc23-b6ce23045d5b&_ncp=1760513657366.3012-1",
        "tenderPeriod": {
            "endDate": "2025-11-17T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-11-17T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT541616",
                "documentType": "contractNotice",
                "title": "GCC006405CPU - Principles of Sustainable Resource Management Training (SCQF level 5)",
                "description": "The council invites tender bids for the provision of a qualified training provider to deliver Principles of sustainable resource management training (SCQF level 5) to frontline staff. Glasgow City Council has the requirement for a programme of Certificates in Principles of Sustainable Resource Management (SCQF Level 5) training for approximately 100 employees over the course of 2 years.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT541616",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council strives to provide continual development and training for frontline staff based within the waste management and recycling sector. The council requires the Principles of sustainable resource management training (SCQF level 5) training to be provided to frontline staff with the introduction of vocational qualifications. The council has agreed that the Certificate in Principles of Sustainable Resource Management (SCQF level 5) is a suitable introductory qualification. Certificate in Principles of Sustainable Resource Management (SCQF level 5) qualification has been chosen as it is suitable for new or existing employees and offers excellent general knowledge at Level 2 within sustainable waste management and resource environments. Upon delivery, the training should enhance the knowledge of frontline staff engaged within the industry. It would also provide the opportunity to create a foundation for the introduction of further qualifications and provide a pathway for career progression within the council.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2025-11-17T12:00:00Z"
        },
        "contractTerms": {
            "performanceTerms": "1. Weekly Progress Meeting between Supplier and Council. Supplier must attend all weekly progress meetings. 2. Complaints/Non-Conformance. The supplier must respond back to the council with responses within 24 hours which shall be KPI being measured. 3. Report. The supplier must provide reports to the project lead on a monthly basis detailing the candidates that are registered for qualification. 4. Report. The supplier must provide reports to the project lead on a monthly detailing the candidates' unit progress. 5. Report. The supplier must provide reports to the project lead on a quarterly basis detailing the number of candidates who have passed the unit. 6. Summary Report. The supplier must provide a summary report to the project lead at the end of each unit (1 report at the end of year 1 and 1 report at the end of year 2)."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The training must be delivered by an assessor with industry experience, that holds the relevant learning and development qualifications (A1 & V1). The training provider would be required to process all formal documentation required by the awarding body. The training provider would also be responsible for processing all fees required for candidate registration, unit completion and certification. ISO9001 quality management system. The training supplier must be an SQA Approved Centre."
                },
                {
                    "type": "economic",
                    "description": "Glasgow City Council's Insurance Requirements are: Employer's Liability insurance: The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability insurance: The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (5,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Glasgow City Council's Professional Indemnity Insurance Requirements Professional Indemnity insurance: The organisation/consultant shall take out and maintain throughout the period of their services and for a further 1 year on completion of their service, Professional Indemnity insurance to the value of a minimum ONE MILLION (1,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained There is a minimum financial requirement that affects trading performance and balance sheet strength. Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House. Trading Performance An overall positive outcome on pre-tax profits over a 3-year period Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover Balance Sheet strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last two individual years filed, in order for the three-year profitability requirement to be verified. An applicant should have no outstanding issues, with regard to statutory filing requirements with Companies House. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage."
                },
                {
                    "type": "technical",
                    "description": "If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm 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 the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. Please note that if bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they are required to confirm \"yes/no\" to this question. Those bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice are required to provide the evidence for points (a) and (b), or if they are unable to do so, the completed improvement plan, against the relevant question within the Technical Envelope of this Master ITT. The template improvement plan has been provided within the Buyer Attachments area. Examples of acceptable evidence include: 1. UK Government Published Payment Practice Reports 2. Accounts Payable Report 3. Payment Performance Statement Signed by External Auditor 4. Credit Score / Credit Report Provider 5. Accounts Payable Ratio Additional guidance in relation to the types of acceptable evidence can be found on the Supplier Journey website, at: https://www.supplierjourney.scot/prompt-payment/what-do-i-need-do-prompt-payment."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "80000000",
            "scheme": "CPV"
        },
        "reviewDetails": "Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "The tender award certificate pack must be completed and certificates should be upload to the tender portal. The certificates included within this pack include the following- Freedom of Information, Non-Collusion certificate, Prompt Payment Certificate and the Goods Vehicle Operating Licensing Certificate. In addition, the following document must be completed- 1. Tenderer's Amendments Certificate- bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate that is contained within the Technical Envelope within PCS Tender portal. 2. Insurance Mandate- All successful suppliers will be required to sign an Insurance Mandate, contained in the Technical Envelope within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from suppliers at any point during the contract period. 3. Professional Integrity Certificate. Terms and Conditions are located within the buyers attachments area within the PCS Tender portal. Additional information pertaining to this contract notice is contained within the Invitation to Tender documentation, situated within the buyers attachments area of PCS-T. Tenderers must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 60540. 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 has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 40. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30016. 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 worth 40 points will be mandatory for this contract. (SC Ref:813116)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000813116"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}