Section one: Contracting authority
one.1) Name and addresses
capitalEsourcing
.Westminster City Council 64 Victoria Street
London
.SW1E 6QP
Contact
Ronny Tigere
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
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
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