Contract notice
Section I: Contracting
authority
I.1) Name and addresses
capitalEsourcing
.Westminster City Council 64 Victoria Street
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
Address of the buyer profile: https://www.capitalesourcing.com
I.1) Name and addresses
Westminster City Council
64 Victoria Street
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
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
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
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
P148 WAES Distance Learning Subcontracted provision 24/25
Reference number: P148
II.1.2) Main CPV code
80400000
II.1.3) Type of contract
Services
II.1.4) Short description
The project seeks to procure two suitably placed providers to deliver education and training on behalf WAES for its Education and Skills Funding Agency (ESFA) contract in a distance learning with capacity to achieve high outcomes for learners and strong positive destinations. WAES have opted to procure two contracts for this service in order to reduce the risk and to provide WAES the flexibility to distribute funding drawdown between the two suppliers in the event that one supplier is lacking in performance.
II.1.5) Estimated total value
Value excluding VAT:
1 200 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80000000
80310000
80400000
II.2.3) Place of performance
NUTS code:
UKI32
Main site or place of performance:
As the crow flies from SW1E 6QP
II.2.4) Description of the procurement
The project seeks to procure two suitably placed providers to deliver education and training on behalf WAES for its Education and Skills Funding Agency (ESFA) contract in a distance learning with capacity to achieve high outcomes for learners and strong positive destinations.
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:
1 200 000.00
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
Any variations to the contract will be treated in line with the variation clause
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:
As per tender documents
III.1.2) Economic and financial standing
List and brief description of selection criteria:
As per tender documents
Minimum level(s) of standards required:
As per tender documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement 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:
Yes
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 change control process defined in the variation clause. The authority reserve the right to increase or decrease courses or the value of contract drawdown as long as this does not change the contract by making it to be significantly different from the base contract.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 principles 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.5) Date of dispatch of this notice
09/07/2024