Section one: Contracting authority
one.1) Name and addresses
British Council
1 Redman Pl, Stratford Cross
London
E20 1JQ
Contact
Charlie Loveday
charlie.loveday1@britishcouncil.org
Country
Jamaica
Region code
JM - Jamaica
Charity Commission (England and Wales)
209131
Internet address(es)
Main address
https://tap.tcsapps.com/tap2/#/bc-supplier-registration
Buyer's address
https://tap.tcsapps.com/tap2/#/bc-supplier-registration
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://tap.tcsapps.com/tap2/#/bc-supplier-registration
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://tap.tcsapps.com/tap2/#/bc-supplier-registration
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
STEAM Education in Schools Jamaica – Implementer
Reference number
ITT1023103
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Government of Jamaica (GoJ) recognized that with the advent of the 4th Industrial Revolution STEAM disciplines are at the heart of a global technological revolution. For Jamaica to realize its potential for innovation, an appropriately skilled workforce is required to be at the forefront of the global transformation. This will require the development of an enabling environment with focus on STEAM, ICT, School Governance and Capacity Building. To achieve this, the GoJ will move towards creating new STEAM schools with state-of-the-art facilities contributing to the 21st-century learning environments that facilitate collaborative, critical thinking, and lifelong learning skills will be made possible. Please refer to Annex 5 – Lot 1 (Primary) Specification and Annex 6 - Lot 2 (Secondary) for the full specifications.
two.1.5) Estimated total value
Value excluding VAT: £214,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Lots 1 and 2
two.2) Description
two.2.1) Title
Primary
Lot No
1
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- JM - Jamaica
Main site or place of performance
Please see tender documents for full information.
two.2.4) Description of the procurement
Please see tender documents for full information.
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
16 April 2025
End date
31 March 2026
This contract is subject to renewal
Yes
Description of renewals
2 x 12 month extension options
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Secondary
Lot No
2
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- JM - Jamaica
Main site or place of performance
Please see tender documents.
two.2.4) Description of the procurement
Please see tender documents.
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
15 April 2025
End date
31 March 2026
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months extension options.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Please see selection questionnaire.
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
24 March 2025
Local time
8:00am
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
Duration in months: 2 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 March 2025
Local time
8:00am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
For the tender pack please register on our procurement portal and search for the tender within the portal: https://tap.tcsapps.com/tap2/#/bc-supplier-registration
six.4) Procedures for review
six.4.1) Review body
The Court of Appeal
London
Country
United Kingdom