Section one: Contracting authority
one.1) Name and addresses
Brampton Manor Trust
Roman Road, East Ham
London
E6 3SQ
Contact
Sally Denbow
sally.denbow@bramptonmanor.org
Telephone
+44 2075400500
Country
United Kingdom
NUTS code
UKI41 - Hackney and Newham
Internet address(es)
Main address
Buyer's address
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
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Brampton Manor Trust Careers, Work Experience & Work Related Activities Service
two.1.2) Main CPV code
- 79634000 - Career guidance services
two.1.3) Type of contract
Services
two.1.4) Short description
Careers, Work Experience & Work Related Activities Service
two.1.5) Estimated total value
Value excluding VAT: £420,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
- 80200000 - Secondary education services
two.2.3) Place of performance
NUTS codes
- UKI41 - Hackney and Newham
Main site or place of performance
Brampton Manor Trust
Roman Road
East Ham
London
E6 3SQ
two.2.4) Description of the procurement
The contract will be awarded to a single supplier for the provision of Careers Advice Service, Work Experience and Work-Related Learning Activities to Brampton Manor Trust schools Brampton Manor Academy and Langdon Academy.
The contract is to be for a period of three (3) years with the possible extension of two (2) further years, (3+2).
two.2.5) Award criteria
Quality criterion - Name: Experience & Expertise / Weighting: 15%
Quality criterion - Name: Service Delivery / Weighting: 50%
Quality criterion - Name: Contract Management, Mobilisation, Reporting & Management / Weighting: 35%
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £420,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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.2.13) 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
This new notice supercedes the previous one published on the 16th March 2022, reference 2022/S 000-007096
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
As stated in the procurement documents
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
Reference to the relevant law, regulation or administrative provision
The work will be delivered by qualified (enhanced DBS checked) Level 6/7 Careers Advisors
three.2.2) Contract performance conditions
As stated in the procurement documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
11 July 2022
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
11 July 2022
Local time
12:00pm
Place
Information about authorised persons and opening procedure
Electronic opening procedure as per the electronic tendering portal. Authorised person is Sally Denbow, Head of HR & Operations.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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=226484.
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:226484)
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
CEDR
London
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Trust will incorporate a standstill period at the point at which information on the award of the Contract is communicated to all tenderers. The notification will provide full information on the award decision. The standstill period, which will be for the minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the Contract is entered into.
The Public Contracts Regulations 2015 (SI 2015 No.102) provide for aggrieved parties who have been harmed, or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
six.4.4) Service from which information about the review procedure may be obtained
CEDR
London
Country
United Kingdom