Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Mayor and Commonalty and Citizens of the City of London
City of London Corporation, Guildhall, PO Box 270
London
EC2P 2EJ
UK
Telephone: +44 2076063030
E-mail: Danial.Nash@cityoflondon.gov.uk
NUTS: UKI
Internet address(es)
Main address: https://www.cityoflondon.gov.uk
Address of the buyer profile: https://www.capitalesourcing.com
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
Suicide Prevention Programme Learning Partner
Reference number: prj_COL_24470
II.1.2) Main CPV code
79419000
II.1.3) Type of contract
Services
II.1.4) Short description
City Bridge Foundation is looking to engage a Learning Partner for its Suicide Prevention Funding Programme.
The duration of the contract is five (5) years, subject to the right of the City Corporation (at its sole discretion) to exercise its right to extend the Contract by up to two (2) years. The maximum length of the contract is therefore seven (7) years.
II.1.5) Estimated total value
Value excluding VAT:
165 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72224000
79410000
79411000
79411100
79417000
98200000
II.2.3) Place of performance
NUTS code:
UKI
II.2.4) Description of the procurement
City Bridge Foundation is looking to engage a Learning Partner for its Suicide Prevention Funding Programme. This programme is designed to support a diverse cohort of grantees, not exclusively suicide prevention organisations, but those working with vulnerable populations at risk of suicide. The role of the Learning Partner is to facilitate collaboration and peer learning among these organisations, help them understand the connection between their work and suicide prevention, and co-create a framework to measure the impact of the funded initiatives, and the programme as a whole.
The duration of the contract is five (5) years, subject to the right of the City Corporation (at its sole discretion) to exercise its right to extend the Contract by up to two (2) years. The maximum length of the contract is therefore seven (7) years.
II.2.5) Award criteria
Criteria below:
Quality criterion: Responsible Procurement
/ Weighting: 15
Quality criterion: Technical
/ Weighting: 55
Quality criterion: Technical
/ Weighting: Pass/Fail
Quality criterion: Qualification
/ Weighting: Pass/Fail
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
165 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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:
Yes
Description of options:
The duration of the contract is five (5) years, subject to the right of the City Corporation (at its sole discretion) to exercise its right to extend the Contract by up to two (2) years. The maximum length of the contract is therefore seven (7) years.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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:
29/11/2024
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:
29/11/2024
Local time: 12:00
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
This tendering exercise is being undertaken using the electronic tendering system ‘capitalEsourcing’ (www.capitalesourcing.com). Suppliers will need to register an interest on the system in order to participate and registration is free.
Participants should register as a supplier on the portal using the aforementioned URL/link (if not already), then search for the opportunity titled using the Reference number stated below. The estimated total value of the contract is stated in sections II.1.5) and II.2.6) of this notice and is exclusive of VAT and for the entire duration, including all the optional extensions, together with all potential future needs as described within the tender documents.
The procurement is being run as a one stage process under the open procedure and therefore, if your organisation would like to participate in this tender exercise, it can do so by completing and returning the Qualification Envelope and the Invitation To Tender (ITT) questionnaire which can be found on the City's e-procurement portal at: www.capitalesourcing.com with the Reference number: prj_COL_24470 or itt_COL_18695.
Organisations must submit their completed Qualification Envelope and Invitation to Tender (ITT) questionnaire together with any supporting documents, via the system by the return deadline in order to participate and registration is free. Qualification envelopes and Invitation to Tender (ITT) questionnaires cannot be uploaded after the return deadline.
The contracting authority will not be held accountable for any errors made by an organisation in submitting their applicable Qualification Envelopes and Invitation to Tender (ITT) questionnaires. The contracting authority reserves the right at any time to vary the timescales in this notice, cease the procurement process and not award the agreement or to award only part of the opportunity described in this notice. If the contracting authority takes up any of these rights then it will not be responsible for, or pay the expenses or losses, which may be incurred by any candidate or tenderer as a result. Economic operators are solely responsible for their costs and expenses incurred in connection with the preparation of their tender submissions and all stages throughout the procurement. Under no circumstances will the contracting authority be liable for costs or expense borne by the economic operators.
The procurement process that will apply to the requirement is specified in the procurement
documents accordingly.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.4.2) Body responsible for mediation procedures
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
VI.4.4) Service from which information about the review procedure may be obtained
High Court of England and Wales
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 20794760000
VI.5) Date of dispatch of this notice
29/10/2024