Tender

Framework for the Provision of Apprenticeship Training Providers

  • HAMPSHIRE COUNTY COUNCIL

F02: Contract notice

Notice identifier: 2022/S 000-003677

Procurement identifier (OCID): ocds-h6vhtk-02eea0

Published 9 February 2022, 9:48am



Section one: Contracting authority

one.1) Name and addresses

HAMPSHIRE COUNTY COUNCIL

The Castle

WINCHESTER

SO238UJ

Email

strategic.procurement@hants.gov.uk

Country

United Kingdom

NUTS code

UKJ36 - Central Hampshire

Internet address(es)

Main address

www.hants.gov.uk

Buyer's address

www.intendhost.co.uk/hampshire

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://in-tendhost.co.uk/hampshire/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/hampshire/aspx/Home

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework for the Provision of Apprenticeship Training Providers

Reference number

CS18461

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for a Framework for the Provision of Apprenticeship Training Providers.

The Framework will be for a period of 4 years, with an initial 3 year period with the option to extend for a further 1 year.

This new framework aims to build on the experience and success of the existing framework that expires on the 31st of August 2022.

Tenderers must meet the following minimum standards:

- be currently listed on the Register of Apprenticeship Training Providers (RoATP) to deliver apprenticeship training; and

- have a proven track record in Apprenticeship delivery; and

- be assessed by OFSTED as a minimum of a grade 2 (Good) for Apprenticeships or have been graded as making 'reasonable progress' or 'significant progress' following a OFSTED Monitoring visit. For Level 6+ only, a Quality Assurance Agency for Higher Education rating of 'Meets UK Expectations' or higher (Universities only) will be suitable if you have not been subject to an OFSTED visit. Note: Providers who are rated by OFSTED as grade 3 or 4 or rated as making insufficient progress following a monitoring visit will automatically be disqualified from the procurement process; and

- must not have Quality Review Visits ongoing because of a Poor Annual Provider Review (Higher Educational establishments only); and

- must not have ESFA financial sanctions in place or Financial Reviews ongoing; and

- all apprenticeship learning and end point assessment must be funded within cap through the Levy under the Government's Apprenticeship Scheme.

The Framework will be lotted by Institute for Apprenticeship and Technical Education Apprenticeship route pathways and divided into 17 Lots in total to cover provision at Levels 2 to 5 and Levels 6 and above.

The Framework will not include the following technical pathways:

- Creative and Design; and

- Engineering and Manufacturing; and

- Hair and Beauty; and

- Protective Services; and

- Sales, Marketing and Procurement; and

- Transport and Logistics.

The procurement process aims to appoint:

- Level 2 to 5: maximum of 3 Providers per Lot will be appointed

- Level 6+: maximum of 2 Providers per Lot will be appointed

Hampshire County Council recognises the opportunity for organisations/businesses to form consortia for the purposes of tendering. However, a consortia member would not be able to also tender for this framework in their own right, this includes the prime contractor.

The following authorities will be able to use the Framework, with Hampshire County Council agreement, as Contracting Authorities should they so desire:

- Hampshire County Council; and/or

- Hampshire County Council maintained schools; and/or

- Hampshire County Council based non-maintained schools;

- Hampshire Constabulary (for non-Police Officer specialist roles); and/or

- Hampshire and Isle of Wight Fire & Rescue Service (for non-Fire Officer specialist roles); and/or

- Hampshire districts, Southampton City Council, Portsmouth City Council, and Isle of Wight Council authorities; and/or

- Surrey County Council; and/or

- Solent NHS Trust.

two.1.5) Estimated total value

Value excluding VAT: £30,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Agriculture, Environment & Animal Care Level 2 - 5

Lot No

1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 2 Countryside Worker and/or Level 2 Horticulture or Landscape Operative

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 3 Providers for this Lot.

two.2) Description

two.2.1) Title

Business & Administration Corporate (A) Level 2 to 5

Lot No

2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 3 Team Leader/Supervisor, Level 4 Associate Project Manager, Level 5 Operations Departmental Manager

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 3 Providers for this Lot.

two.2) Description

two.2.1) Title

Business & Administration Corporate (B) Level 2 to 5

Lot No

3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 3 Improvement Technician, Level 4 Improvement Practitioner, Level 5 Improvement Specialist

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 3 Providers for this Lot.

two.2) Description

two.2.1) Title

Business & Administration Corporate Level 6+

Lot No

4

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 6 Chartered Manager, Level 7 Senior Leader

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 2 Providers for this Lot.

two.2) Description

two.2.1) Title

Business and Administration for Schools Level 2 to 5

Lot No

5

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 5 Operations/Departmental Manager

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 3 Providers for this Lot.

two.2) Description

two.2.1) Title

Business and Administration for Schools Level 6+

Lot No

6

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 6 Chartered Manager for School Business Professionals and/or Level 7 Senior Leader - and Management and/or Level 7 Senior Leader

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 2 Providers for this Lot.

two.2) Description

two.2.1) Title

Care Services Level 2 - 5

Lot No

7

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 5 Leader in Adult Care

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 3 Providers for this Lot.

two.2) Description

two.2.1) Title

Care Services Level 6+

Lot No

8

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 6 Social Worker

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 2 Providers for this Lot.

two.2) Description

two.2.1) Title

Catering and Hospitality Level 2 - 5

Lot No

9

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 2 Production Chef, Level 3 Senior Production Chef

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 3 Providers for this Lot.

two.2) Description

two.2.1) Title

Construction Level 2 - 5

Lot No

10

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 3 Civil Engineering Technician

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 3 Providers for this Lot.

two.2) Description

two.2.1) Title

Construction Level 6+

Lot No

11

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 6 Civil Engineer

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 2 Providers for this Lot.

two.2) Description

two.2.1) Title

Digital Level 2 - 5

Lot No

12

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 3 Data Technician, Level 4 Data Analyst, Level 4 IS Business Analyst, Level 3 Information Communications Technician

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 3 Providers for this Lot.

two.2) Description

two.2.1) Title

Digital Level 6+

Lot No

13

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Degree level digital Apprenticeships

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 2 Providers for this Lot.

two.2) Description

two.2.1) Title

Education and Childcare Level 2 - 5

Lot No

14

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 3 Teaching Assistant

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 3 Providers for this Lot.

two.2) Description

two.2.1) Title

Education and Childcare Level 6+

Lot No

15

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 6 Teacher

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 2 Providers for this Lot.

two.2) Description

two.2.1) Title

Health and Science Level 6+

Lot No

16

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 6 Registered Nurse and/or Level 6 Occupational Therapist

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 2 Providers for this Lot.

two.2) Description

two.2.1) Title

Legal Finance and Accounting Level 2 - 5

Lot No

17

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UKJ2 - Surrey, East and West Sussex
  • UKJ3 - Hampshire and Isle of Wight

two.2.4) Description of the procurement

Level 2 Accounts or Finance Assistant, Level 3 Assistant Accountant, Level 4 Professional Accounting and Taxation

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 September 2022

End date

31 August 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

To ensure the highest standards of expertise and experience in delivery for Apprentices, the Provider must have a proven track record in delivering Apprenticeships to be considered for the Lot.

Providers must already have delivered and have been recorded as 'completed' on the ASA to be considered for the Lot it is applying for. The minimum volumes to deliver can be found in Appendix 1 of the Specification.

The procurement process aims to appoint a maximum of 3 Providers for this Lot.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the procurement documentation


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-026419

four.2.2) Time limit for receipt of tenders or requests to participate

Date

23 March 2022

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 August 2026

four.2.7) Conditions for opening of tenders

Date

23 March 2022

Local time

2:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

As set out in the Public Contract Directive 2014/24/EU