Section one: Contracting authority
one.1) Name and addresses
Office of Qualifications and Examinations Regulation (Ofqual)
Earlsdon Park, 53-55 Butts Rd
Coventry
CV1 3BH
Telephone
+44 2476716830
Country
United Kingdom
NUTS code
UKG33 - Coventry
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA29088
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Framework contract for the provision of assessment expertise and review of qualification materials
Reference number
OF912
two.1.2) Main CPV code
- 80210000 - Technical and vocational secondary education services
two.1.3) Type of contract
Services
two.1.4) Short description
Assessment and review of qualifications submitted for approval by Awarding Organisations, providing feedback on the suitability of the Qualification. This will include but not be restricted to Higher Technical Qualifications (HTQ)
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80210000 - Technical and vocational secondary education services
two.2.3) Place of performance
NUTS codes
- UKG33 - Coventry
Main site or place of performance
Earlsdon Park
53-55 Butts Rd
Coventry
CV1 3BH
two.2.4) Description of the procurement
This will be a framework agreement for a 2 year initial period, followed by 2 x 12 month optional contract extensions. We are seeking to award contracts to a number of approved suppliers (up to a maximum of 10), for the analysis and review of a number of higher level vocational and technical qualifications submitted by Awarding Qualifications during the contract period, and for the feedback on suitability of the qualification.
two.2.5) Award criteria
Quality criterion - Name: Method statements / Weighting: 80
Price - Weighting: 20
two.2.6) Estimated value
Value excluding VAT: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2 x 12 months optional 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.1.2) 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
As set out in the Contract Terms
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
Envisaged maximum number of participants to the framework agreement: 10
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
27 May 2022
Local time
5:00pm
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
Duration in months: 2 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
30 May 2022
Local time
9:00am
Place
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.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=226118.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref:226118)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit