Tender

P148 WAES Distance Learning Subcontracted provision 24/25

  • capitalEsourcing
  • Westminster City Council
  • Westminster City Council

F02: Contract notice

Notice identifier: 2024/S 000-020930

Procurement identifier (OCID): ocds-h6vhtk-047bf2

Published 9 July 2024, 2:45pm



Section one: Contracting authority

one.1) Name and addresses

capitalEsourcing

.Westminster City Council 64 Victoria Street

London

.SW1E 6QP

Contact

Ronny Tigere

Email

rtigere@westminster.gov.uk

Country

United Kingdom

Region code

UKI32 - Westminster

Internet address(es)

Main address

https://www.capitalesourcing.com

Buyer's 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

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

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

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

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

P148 WAES Distance Learning Subcontracted provision 24/25

Reference number

P148

two.1.2) Main CPV code

  • 80400000 - Adult and other education services

two.1.3) Type of contract

Services

two.1.4) Short description

The project seeks to procure two suitably placed providers to deliver education and training on behalf WAES for its Education and Skills Funding Agency (ESFA) contract in a distance learning with capacity to achieve high outcomes for learners and strong positive destinations. WAES have opted to procure two contracts for this service in order to reduce the risk and to provide WAES the flexibility to distribute funding drawdown between the two suppliers in the event that one supplier is lacking in performance.

two.1.5) Estimated total value

Value excluding VAT: £1,200,000

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
  • 80310000 - Youth education services
  • 80400000 - Adult and other education services

two.2.3) Place of performance

NUTS codes
  • UKI32 - Westminster
Main site or place of performance

As the crow flies from SW1E 6QP

two.2.4) Description of the procurement

The project seeks to procure two suitably placed providers to deliver education and training on behalf WAES for its Education and Skills Funding Agency (ESFA) contract in a distance learning with capacity to achieve high outcomes for learners and strong positive destinations.

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: £1,200,000

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

Any variations to the contract will be treated in line with the variation clause


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 per tender documents

three.1.2) Economic and financial standing

List and brief description of selection criteria

As per tender documents

Minimum level(s) of standards possibly required

As per tender 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

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: Yes

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 change control process defined in the variation clause. The authority reserve the right to increase or decrease courses or the value of contract drawdown as long as this does not change the contract by making it to be significantly different from the base contract.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 principles 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