Tender

Referral Agent for Learning Programmes

  • capitalEsourcing
  • Westminster City Council

F02: Contract notice

Notice identifier: 2024/S 000-020620

Procurement identifier (OCID): ocds-h6vhtk-047b25

Published 5 July 2024, 2:13pm



Section one: Contracting authority

one.1) Name and addresses

capitalEsourcing

64 Victoria Street London

London

SW1E 6QP

Contact

Ronny Tigere

Email

rtigere@westminster.gov.uk

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

Email

rtigere@westminster.gov.uk

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