Section one: Contracting authority
one.1) Name and addresses
British Council
1 Redman Place
London
E20 1JQ
Contact
Brian D'Mello
brian.dmello@britishcouncil.org
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/britishcouncil
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/britishcouncil
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/britishcouncil
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Other activity
Registered Charity
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
UK_2023_The supply of Courier services to the British Council for UK and Ireland Examinations
Reference number
BC/02901
two.1.2) Main CPV code
- 64120000 - Courier services
two.1.3) Type of contract
Services
two.1.4) Short description
This Invitation to Tender (ITT) document invites suppliers to bid for the provision of courier services for collection, secure storage, delivery and return of exam material for two years, with potential extension for an additional year.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 64121000 - Multi-modal courier services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The department is responsible for running examinations at different locations around the UK. These are managed from a central hub in London at the British Council at Redman Place in Stratford, London E20. We have courier requirements for 2 different types of services: Firstly, we run Secure English Language Testing (SELT) examinations on behalf of His Majesty’s Government (HMG) for UK Visas and Immigration (UKVI). The materials and equipment for these exams are packed into secure suitcases in our confidential materials store. The cases are collected and delivered to exam venues – typically they need to reach the exam venue at 6.30 am on a Saturday. The same process happens in reverse after the exams have finished.
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
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The contract for the provision of courier services for collection, secure storage, delivery and return of exam material is for two years, with potential extension for an additional year.
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.2.14) Additional information
The total estimated contract value for years 1 & 2 is £210k
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 June 2023
Local time
10:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
8 June 2023
Local time
10:30am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
Suppliers who wish to express an interest and take part in the tender process will be required to register on our e-Tendering portal In-Tend hosted at https://in-tendhost.co.uk/britishcouncil.Once registered, bidders must log-in to the website where they can view the project and access the bidders pack and submit their return. Bidders will also be required to demonstrate their capability and `means of proof` will be required. These conditions are outlined in the ITT. The British Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
six.4) Procedures for review
six.4.1) Review body
The High Court, Royal Courts of Justice
Strand
London
WC2A 2LL
Country
United Kingdom