- Scope of the procurement
- Lot 1. Agriculture, Environment & Animal Care Level 2 - 5
- Lot 2. Business & Administration Corporate (A) Level 2 to 5
- Lot 3. Business & Administration Corporate (B) Level 2 to 5
- Lot 4. Business & Administration Corporate Level 6+
- Lot 5. Business and Administration for Schools Level 2 to 5
- Lot 6. Business and Administration for Schools Level 6+
- Lot 7. Care Services Level 2 - 5
- Lot 8. Care Services Level 6+
- Lot 9. Catering and Hospitality Level 2 - 5
- Lot 10. Construction Level 2 - 5
- Lot 11. Construction Level 6+
- Lot 12. Digital Level 2 - 5
- Lot 13. Digital Level 6+
- Lot 14. Education and Childcare Level 2 - 5
- Lot 15. Education and Childcare Level 6+
- Lot 16. Health and Science Level 6+
- Lot 17. Legal Finance and Accounting Level 2 - 5
Section one: Contracting authority
one.1) Name and addresses
HAMPSHIRE COUNTY COUNCIL
The Castle
WINCHESTER
SO238UJ
strategic.procurement@hants.gov.uk
Country
United Kingdom
NUTS code
UKJ36 - Central Hampshire
Internet address(es)
Main address
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