Tender

4878000.00

  • Home Office

F02: Contract notice

Notice identifier: 2022/S 000-028760

Procurement identifier (OCID): ocds-h6vhtk-03753a

Published 12 October 2022, 8:57pm



Section one: Contracting authority

one.1) Name and addresses

Home Office

Greater London

Contact

Anita Chiafi

Email

HOSProcurement@homeoffice.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/home-office

Buyer's address

https://homeoffice.app.jaggaer.com/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://homeoffice.app.jaggaer.com/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://homeoffice.app.jaggaer.com/

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

4878000.00

two.1.2) Main CPV code

  • 80500000 - Training services
    • FA04 - For training purposes

two.1.3) Type of contract

Services

two.1.4) Short description

The International Strategy and Capabilities (ISC) sits in the International Directorate of the UK Home Office (HO). ISC delivers strategic capability development programmes overseas on behalf of the Home Office and is seeking suitable organisations to provide and manage UK based Immersive English Language (EL) training to its customers.

The Home Office is seeking to award up to seven (7) Contracts to different organisations to ensure sufficient capacity and capability to deliver its Immersive English Language Training needs. The Authority expects to have multiple cohorts of (typically) 5-10 learners.

Tendering EL schools are required to hold appropriate accreditation from a recognised UK accrediting body for running EL courses in UK.

The procurement documents set out the full requirements for UK-based EL schools/organisations, tendering to provide immersive EL training to learners.

Interested parties will be required to complete a non-disclosure agreement before accessing the procurement documents. See Section VI.3 (additional information) for further details.

two.1.5) Estimated total value

Value excluding VAT: £4,878,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

The Home Office would like to invite suppliers to submit a tender to award up to seven (7) Immersive English Language Training (IELT) Contracts.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

End date

11 November 2022

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

Under regulations 53(4) and 21(3), the authority will require interested parties to complete a non-disclosure agreement on the Home Office eSourcing portal (address in Section I.3 of this notice), before obtaining free, direct access to the full procurement documents in order to protect the confidential nature the requirements.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.1.5) Information about reserved contract

The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 175

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 November 2022

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

12 October 2022

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: 11 November 2022


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

six.3) Additional information

Under regulations 53(4) and 21(3), the authority will require interested parties to complete a non-disclosure agreement on the Home Office eSourcing portal (address in Section I.3 of this notice), before obtaining free, direct access to the full procurement documents in order to protect the confidential nature the requirements.

This procurement will be managed electronically via the Authority's eSourcing Portal (JAGGAER). To participate in this procurement, participants must first be registered on the eSourcing Portal. If you have not yet registered on the eSourcing Portal, this can be done online at https://homeoffice.app.jaggaer.com by following the link

'To register click here'. Please note that, to register you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Once you have registered on the eSourcing Portal, ppq_190 Titled: 'C21170 - ISC Specialist Support & Resource Framework - Non Disclosure Agreement ' will become visible to you in the PQQ section. You will be required to complete the non-disclosure agreement and returning using the messaging function as an attachment, within the PQQ on the eSourcing portal before gaining access to the selection questionnaire and procurement documents.

For technical assistance on use of the eSourcing Portal please contact the JAGGAER Supplier Helpdesk at customersupport@jaggaer.com or 0800 069 8630 (08.00-18.00).

The closing date for completed selection questionnaire submissions will be 11th November 2022 at 17.00 GMT. Non-disclosure agreements should be completed as early as possible to allow sufficient time to complete the selection questionnaire which is the responsibility of interested parties.

In light of the situation with Covid-19 we reserve the right to delay or adjust our timetables or such other aspects of the procurement as we consider appropriate. We will therefore keep the situation under constant review and will notify all bidders of any changes as and when these are required.

The authority is not responsible for any bidding costs incurred by potential suppliers in respect of this procurement. The authority reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements; and accept or reject any tender.

six.4) Procedures for review

six.4.1) Review body

Home Office

London

Country

United Kingdom