Section one: Contracting authority
one.1) Name and addresses
capitalEsourcing
64 Victoria Street London
London
SW1E 6QP
Contact
Ronny Tigere
Country
United Kingdom
Region code
UKI32 - Westminster
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.capitalesourcing.com
one.1) Name and addresses
Westminster City Council
64 Victoria Street
London
SW1E 6QP
Contact
Ronny Tigere
Telephone
+44 07447910596
Country
United Kingdom
Region code
UKI32 - Westminster
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.capitalesourcing.com
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
Not Applicable
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
https://www.capitalesourcing.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.capitalesourcing.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://www.capitalesourcing.com
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Referral Agent for Learning Programmes
Reference number
P147
two.1.2) Main CPV code
- 80420000 - E-learning services
two.1.3) Type of contract
Services
two.1.4) Short description
The scope of this procurement is to identify a provider who can market Westminster Adult Education Services Level 2 and Level 3 Distance Learning courses across the GLA region and Non-Devolved EFSA regions. The agent will be required to conduct initial assessment and obtain credible evidence on potential learners and support eligible learners with enrolment via WAES website.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 75121000 - Administrative educational services
- 80310000 - Youth education services
- 80420000 - E-learning services
- 80430000 - Adult-education services at university level
two.2.3) Place of performance
NUTS codes
- UKI32 - Westminster
Main site or place of performance
As the Crow flies from the borough of Westminster
two.2.4) Description of the procurement
The procurement is expected to cover level 2 and 3 courses across a range of disciplines , there is flexibility to add or reduces courses being offered at the discretion of the authority. The authority may decide to increase or decrease the courses offered at level 2 or level 3 based on demand and funding availability. The agent must be flexible to adapt to changing demand by the authority.
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: £300,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
The authority reserves the right to abandon the procurement process where it has established the proposals submitted do not deliver value for money or for any other reason giving justification to abandon the procurement process. The authority reserves the right to reject any tenders that scores less than satisfactory or less than 3 to any key questions in the award criteria.
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
The agents that will be evaluated are those with specific sector experience as per specification brief
three.1.2) Economic and financial standing
List and brief description of selection criteria
As per ITT documents
Minimum level(s) of standards possibly required
As per ITT document
three.1.3) Technical and professional ability
List and brief description of selection criteria
As per Tender documents
Minimum level(s) of standards possibly required
As per tender documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As per tender 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.2.2) Time limit for receipt of tenders or requests to participate
Date
5 August 2024
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 August 2024
Local time
12:05pm
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
Any variation to this contract will be treated inline with the contract variation clauses and reference to PCR (2015) regulation 72 may apply. Where the authority seeks to rely on regulation 72, it will seek legal advice from its internal team of solicitors and principle of change control will apply in effecting any change to the agreed contract. The contract will be delivered as a 3 year contract with break clauses after year 1 and 2.
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice Strand
Edmund Street London
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice Strand
Edmund Street London
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Contracting Authority will apply a 10 day mandatory standstill before the contract is awarded to allow unsuccessful tenderers to appeal any decision, and if this happens during standstill, the award of contract contract will not progress beyond the Alcatel letter until all issues regarding the appeal have been resolved
six.4.4) Service from which information about the review procedure may be obtained
Westminster City Council Westminster City Hall 64 Victoria Street London London SW1E 6QP
64 Victoria Street
London
SW1E 6QP
Country
United Kingdom