Contract notice
Section I: Contracting
authority
I.1) Name and addresses
British Council
58 Whitworth Street
Manchester
M1 6BB
UK
Contact person: Maria Matas Sebastia
Telephone: +34 638660543
E-mail: maria.matassebastia@britishcouncil.es
NUTS: UK
Internet address(es)
Main address: www.britishcouncil.org
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://in-tendhost.co.uk/britishcouncil/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/britishcouncil/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Charity
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
2025 DPS EU IELTS PTP South East Cluster
Reference number: BC/03773
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
The British Council is looking for Partner Testing Points (PTPs) to deliver IELTS on Computer testsessions in the following countries: Romania and Bulgaria.Please note, we are seeking Partner Testing Points in Major Cities only.About IELTS: IELTS is a high stakes English Language test which is accepted by more than 12000organisations worldwide. IELTS is trusted because of its reliable content and secure delivery. Tests aresubject to clear rules and requirements around the quality of the test environment, the security of the testand the actions of test day staff.The test consists of a 3-hour written test taken on computer and a 15-minute speaking exam, delivered viathe internet. Tests usually start at 9am or 1pm and can be scheduled for any day of the week, although somedays, especially Saturdays are more popular.What is a PTP: As a Partner Testing Point, you would be responsible for delivering scheduled IELTS testsat times and on dates agreed with British Council.
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Romania
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
RO
Main site or place of performance:
II.2.4) Description of the procurement
As stated in the DPS Documents
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2025
End:
01/05/2027
This contract is subject to renewal: Yes
Description of renewals:
2 possible extensions on a 1+1 basis
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
Lot No: 2
II.2.1) Title
Bulgaria
II.2.2) Additional CPV code(s)
80000000
II.2.3) Place of performance
NUTS code:
BG
Main site or place of performance:
II.2.4) Description of the procurement
As stated in the DPS Documents
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2025
End:
01/05/2027
This contract is subject to renewal: Yes
Description of renewals:
Possibility of 2 years extension on a 1+1 basis
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
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:
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:
07/04/2025
Local time: 10:00
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
Tender must be valid until:
08/04/2025
IV.2.7) Conditions for opening of tenders
Date:
13/04/2025
Local time: 10:00
Place:
online
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
The High Court Royal Courts of Justice
London
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
As stated in the DPS documents
VI.5) Date of dispatch of this notice
19/02/2025