Contract notice
Section I: Contracting
authority
I.1) Name and addresses
capitalEsourcing
64 Victoria Street London
London
SW1E 6QP
UK
Contact person: Ronny Tigere
E-mail: rtigere@westminster.gov.uk
NUTS: UKI32
Internet address(es)
Main address: https://www.capitalesourcing.com
I.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
UK
Contact person: Ronny Tigere
Telephone: +44 07447910596
E-mail: rtigere@westminster.gov.uk
NUTS: UKI32
Internet address(es)
Main address: https://www.capitalesourcing.com
I.2) Joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries – applicable national procurement law:
Not Applicable
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.capitalesourcing.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.capitalesourcing.com
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.capitalesourcing.com
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Referral Agent for Learning Programmes
Reference number: P147
II.1.2) Main CPV code
80420000
II.1.3) Type of contract
Services
II.1.4) Short description
The scope of this procurement is to identify a provider who can market Westminster Adult Education Services Level 2 and Level 3 Distance Learning courses across the GLA region and Non-Devolved EFSA regions. The agent will be required to conduct initial assessment and obtain credible evidence on potential learners and support eligible learners with enrolment via WAES website.
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
75121000
80310000
80420000
80430000
II.2.3) Place of performance
NUTS code:
UKI32
Main site or place of performance:
As the Crow flies from the borough of Westminster
II.2.4) Description of the procurement
The procurement is expected to cover level 2 and 3 courses across a range of disciplines , there is flexibility to add or reduces courses being offered at the discretion of the authority. The authority may decide to increase or decrease the courses offered at level 2 or level 3 based on demand and funding availability. The agent must be flexible to adapt to changing demand by the authority.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
300 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: No
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
II.2.14) Additional information
The authority reserves the right to abandon the procurement process where it has established the proposals submitted do not deliver value for money or for any other reason giving justification to abandon the procurement process. The authority reserves the right to reject any tenders that scores less than satisfactory or less than 3 to any key questions in the award criteria.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The agents that will be evaluated are those with specific sector experience as per specification brief
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As per ITT documents
Minimum level(s) of standards required:
As per ITT document
III.1.3) Technical and professional ability
List and brief description of selection criteria:
As per Tender documents
Minimum level(s) of standards required:
As per tender documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As per tender documents
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:
05/08/2024
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: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
05/08/2024
Local time: 12:05
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
Any variation to this contract will be treated inline with the contract variation clauses and reference to PCR (2015) regulation 72 may apply. Where the authority seeks to rely on regulation 72, it will seek legal advice from its internal team of solicitors and principle of change control will apply in effecting any change to the agreed contract. The contract will be delivered as a 3 year contract with break clauses after year 1 and 2.
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice Strand
Edmund Street London
London
WC2A 2LL
UK
VI.4.2) Body responsible for mediation procedures
Royal Courts of Justice Strand
Edmund Street London
London
WC2A 2LL
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will apply a 10 day mandatory standstill before the contract is awarded to allow unsuccessful tenderers to appeal any decision, and if this happens during standstill, the award of contract contract will not progress beyond the Alcatel letter until all issues regarding the appeal have been resolved
VI.4.4) Service from which information about the review procedure may be obtained
Westminster City Council Westminster City Hall 64 Victoria Street London London SW1E 6QP
64 Victoria Street
London
SW1E 6QP
UK
VI.5) Date of dispatch of this notice
05/07/2024