Tender

Delivery of Sub-contract delivery of study programmes 23/24

  • The WKCIC Group trading as Capital City College Group

F02: Contract notice

Notice identifier: 2023/S 000-020855

Procurement identifier (OCID): ocds-h6vhtk-03e394

Published 19 July 2023, 6:53pm



Section one: Contracting authority

one.1) Name and addresses

The WKCIC Group trading as Capital City College Group

King's Cross Centre, 211 Grays Inn Rd

London

WC1X 8RA

Contact

AGM Procurement

Email

anna@agmprocurement.com

Country

United Kingdom

NUTS code

UKI - London

Internet address(es)

Main address

https://www.capitalccg.ac.uk

Buyer's address

https://in-tendhost.co.uk/educationportal/aspx/Home

one.3) Communication

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

https://in-tendhost.co.uk/educationportal/aspx/Home

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/educationportal/aspx/Home

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

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Delivery of Sub-contract delivery of study programmes 23/24

Reference number

23_07_STYP2

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

CCCG is intending to contract with a range of subcontract Study Programme providers for the 2023/24 academic year for part delivery of study programmes for 16-18 NEET learners. The contract will be funded by ESFA for learners resident in London and will be for a fixed term starting 11 September 2023 with a completion of all teaching and learning by 31st July 2024. Previous applicants awarded a contract under tender process 23_05_STYP need not apply.

two.1.5) Estimated total value

Value excluding VAT: £500,000

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

two.2.3) Place of performance

NUTS codes
  • UKI - London
Main site or place of performance

Delivery must be within London to enable face to face learning and travel to one of CCCG’s centres in Enfield, Tottenham, Islington, Kings Cross or Victoria

two.2.4) Description of the procurement

CCCG is intending to contract with a range of subcontract Study Programme providers for the 2023/24 academic year for part delivery of study programmes. The contract will be funded by ESFA for learners resident in London and will be for a fixed term starting 11 September 2023 with a completion of all teaching and learning by 31st July 2024.

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: £500,000

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

Start date

11 September 2023

End date

31 July 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: 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


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

1. A minimum turnover of £250,000 2. Evidence either an Ofsted inspection report graded ‘good’ or higher, or for new providers an Ofsted monitoring report demonstrating progress is at least ‘reasonable’ in all aspects. For the avoidance of doubt providers with a current Grade 3 or below will be rejected automatically. 3. Evidence a Matrix Quality Mark. Or able to evidence a firm commitment to gaining this within 12 months of a contract being awarded. Please see the guidance for further conditions.

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.2.2) Contract performance conditions

Proposed learners must be able to travel to one of CCCG’s centres in Enfield, Tottenham, Islington, Kings Cross or Victoria to attend English and Maths and other enrichment sessions. Delivery must be face to face in London.

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: No

four.2) Administrative information

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

Date

11 August 2023

Local time

10:00am

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

Tender must be valid until: 30 September 2023

four.2.7) Conditions for opening of tenders

Date

11 August 2023

Local time

10:00am

Place

Remote opening via In-Tend system by authorised persons from CCCG


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

Please register on the CCCG tendering portal at https://in-tendhost.co.uk/educationportal/aspx/Home to obtain full, unrestricted access to all tender documents and apply

six.4) Procedures for review

six.4.1) Review body

The WKCIC Group trading as Capital City College Group

King's Cross Centre, 211 Grays Inn Rd London

London

WC1X 8RA

Country

United Kingdom

Internet address

https://www.capitalccg.ac.uk/

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Alcatel will not be applied. This is a light touch tender and the process has been designed in accordance with the requirements of a Light Touch Tender within the Public Contracts Regulations 2015. A Regulation 86 form will be issued to all applicants on conclusion of the tender for best practice purposes.