Opportunity

Erasmus+ and ESC Residual Services and Temporary Worker Visa Sponsorship Services (Tier 5)

  • Department for Education

F02: Contract notice

Notice reference: 2021/S 000-017140

Published 20 July 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Department for Education

Sanctuary Buildings, 20, Great Smith Street

London

SW1P 3BT

Email

amy.chan@education.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://education.app.jaggaer.com

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://education.app.jaggaer.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://education.app.jaggaer.com

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://education.app.jaggaer.com

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

Erasmus+ and ESC Residual Services and Temporary Worker Visa Sponsorship Services (Tier 5)

Reference number

Project_5833

two.1.2) Main CPV code

  • 75100000 - Administration services

two.1.3) Type of contract

Services

two.1.4) Short description

Following market engagement, the Department for Education is now conducting a Procurement exercise for Erasmus+ and European Solidarity Corps (ESC) Residual Activity Services and Temporary Worker Visa Sponsorship Services (Tier 5).

This procurement is divided into 2 Lots:

* Lot 1 - Erasmus+ and European Solidarity Corps (ESC) Residual Activity Services

* Lot 2 - Temporary Worker Visa Sponsorship Services (Tier 5)

Each Lot will be evaluated and awarded independently. Tenderers can bid for and be awarded for one or both Lots, and consortia bids are welcome for each Lot.

Lot 1 summary:

Although the UK is no longer an EU member state, the Withdrawal Agreement in place between the UK and EU requires all projects selected and funded under the Erasmus+ programme 2014-2020 will continue to operate until their completion on the same basis under which they were selected. Accordingly, the Department as National Authority for the programme in the UK is required to ensure ongoing delivery of its obligations to the programme until complete. It is expected that the relevant project activities will continue until the end of the academic year 2023-2024 and will be administered by a National Agency appointed by the National Authority and acting under the delegation of the European Commission. Information about the Erasmus+ programme can be found at https://ec.europa.eu/programmes/erasmus-plus/node_en or www.erasmusplus.org.uk

Services under Lot 1 include but are not limited to:

• Checks of grant beneficiaries, including compliance checks and assessments

• Monitoring and support to beneficiaries

• Interim and Final project report assessments and payments

• Recovery of EU funds from beneficiaries and managing waivers

• Financial management of relevant EU funds and payment requests

• National Agency reporting for European Commission (e.g. Yearly Reports, Audit requirements)

Lot 2 summary:

From 1 January 2021 EU nationals are subject to the new points-based immigration system. The Erasmus+ programme is defined by Home Office as a Government Authorised Exchange (GAE) programme and EU nationals taking part in Erasmus+ work mobilities (e.g. Higher Education traineeships, Further Education work experience, staff mobilities, etc.) are required to have a Temporary Worker - GAE Visa (T5) before entering the UK. Individuals must secure a “Certificate of Sponsorship” and the Department require an appointed sponsor (who will need to hold or secure a relevant Home Office licence) to administer the certificates and undertake relevant monitoring activity on its behalf. Further information about the Temporary Work visa and Sponsorship obligations can be found at www.gov.uk/government-authorised-exchange and www.gov.uk/government/collections/sponsorship-information-for-employers-and-educators

Services under Lot 2 include but are not limited to:

• Receive applications for Certificates of Sponsorship (CoS) from the sending organisation or individuals who want to enter the United Kingdom under the provisions of the 2014-2020 Erasmus+ Programme.

• Process CoS applications, assessing the migrant's documents and details about their address in the UK and duration of stay.

• Issuing CoS to successful applicants in a timely fashion, where applicable, processing payment for CoS.

• Fulfil necessary monitoring and reporting duties.

• Comply with Home Office guidelines.

Further information is included in the ITT pack.

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

two.2) Description

two.2.1) Title

Erasmus+ and European Solidarity Corps (ESC) Residual Activity Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 75121000 - Administrative educational services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Services under Lot 1 include but are not limited to:

• Checks of grant beneficiaries, including compliance checks and assessments

• Monitoring and support to beneficiaries

• Interim and Final project report assessments and payments

• Recovery of EU funds from beneficiaries and managing waivers

• Financial management of relevant EU funds and payment requests

• National Agency reporting for European Commission (e.g. Yearly Reports, Audit requirements)

Lot 1 Contract Value:

The estimated value of the Lot 1 services is £12 Million.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £12,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2021

End date

31 March 2025

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: Yes

Description of options

There is a contract optional extension available. The Department may extend the Term of the Contract for up to 12 months.

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

Temporary Worker Visa Sponsorship Services (Tier 5)

Lot No

2

two.2.2) Additional CPV code(s)

  • 75131000 - Government services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Services under Lot 2 include but are not limited to:

• Receive applications for Certificates of Sponsorship (CoS) from the sending organisation or individuals who want to enter the United Kingdom under the provisions of the 2014-2020 Erasmus+ Programme.

• Process CoS applications, assessing the migrant's documents and details about their address in the UK and duration of stay.

• Issuing CoS to successful applicants in a timely fashion, where applicable, processing payment for CoS.

• Fulfil necessary monitoring and reporting duties.

• Comply with Home Office guidelines.

Lot 2 Contract Value:

The estimated value of the Contract is £8.7 million.

The estimated value of the Lot 2 services is £8.7 million but Tenderers should note that in accordance with procurement law requirements and in order to allow DfE flexibility to increase the volumes under this contract if this is required in future an estimated upper range value of £12.2 million is provided in these tender documents. There is no guarantee of any volumes (or any increases in volumes) save as expressly set out in the 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.2.6) Estimated value

Value excluding VAT: £8,700,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2021

End date

30 June 2024

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: Yes

Description of options

There is a contract optional extension available. The Department may extend the Term of the Contract for up to 12 months.

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


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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-008686

four.2.2) Time limit for receipt of tenders or requests to participate

Date

25 August 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

25 August 2021

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Services subject to this Tender are “Social or Other Specific Services” within Section 7 of the Public Contracts Regulations 2015 (PCR) and are therefore not subject to the full extent of the Regulations.

The Authority will be carrying out an Open Procedure, as set out in Regulation 27, for this procurement.

Interested suppliers must ensure they are registered on the Jaggaer portal https://education.app.jaggaer.com in order to participate in this procurement.

six.4) Procedures for review

six.4.1) Review body

The High Court

The Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice