Contract

Brampton Manor Trust Careers, Work Experience & Work Related Activities Service

  • Brampton Manor Trust

F03: Contract award notice

Notice identifier: 2022/S 000-031147

Procurement identifier (OCID): ocds-h6vhtk-0343d4

Published 3 November 2022, 4:30pm



Section one: Contracting authority

one.1) Name and addresses

Brampton Manor Trust

Roman Road, East Ham

London

E6 3SQ

Contact

Sally Denbow

Email

sally.denbow@bramptonmanor.org

Telephone

+44 2075400500

Country

United Kingdom

NUTS code

UKI41 - Hackney and Newham

Internet address(es)

Main address

www.bramptonmanor.org

Buyer's address

https://www.mytenders.co.uk/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Brampton Manor Trust Careers, Work Experience & Work Related Activities Service

two.1.2) Main CPV code

  • 79634000 - Career guidance services

two.1.3) Type of contract

Services

two.1.4) Short description

Careers, Work Experience & Work Related Activities Service

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £404,345

two.2) Description

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services
  • 80200000 - Secondary education services

two.2.3) Place of performance

NUTS codes
  • UKI41 - Hackney and Newham
Main site or place of performance

Brampton Manor Trust

Roman Road

East Ham

London

E6 3SQ

two.2.4) Description of the procurement

The contract will be awarded to a single supplier for the provision of Careers Advice Service, Work Experience and Work-Related Learning Activities to Brampton Manor Trust schools Brampton Manor Academy and Langdon Academy.

The contract is to be for a period of three (3) years with the possible extension of two (2) further years, (3+2).

two.2.5) Award criteria

Quality criterion - Name: Experience & Expertise / Weighting: 15%

Quality criterion - Name: Service Delivery / Weighting: 50%

Quality criterion - Name: Contract Management, Mobilisation, Reporting & Management / Weighting: 35%

Price - Weighting: 30

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

This new notice supercedes the previous one published on the 16th March 2022, reference 2022/S 000-007096


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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-015662


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 August 2022

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

15billionebp

Moorfoot House, 221 Marsh Wall

London

E14 9FJ

Telephone

+44 20853693630

Country

United Kingdom

NUTS code
  • UKI41 - Hackney and Newham
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £420,000

Total value of the contract/lot: £404,345


Section six. Complementary information

six.3) Additional information

(MT Ref:227191)

six.4) Procedures for review

six.4.1) Review body

The High Court of Justice

Strand

London

WC2A 2LL

Country

United Kingdom

Internet address

https://www.judiciary.gov.uk

six.4.2) Body responsible for mediation procedures

CEDR

London

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Trust will incorporate a standstill period at the point at which information on the award of the Contract is communicated to all tenderers. The notification will provide full information on the award decision. The standstill period, which will be for the minimum of ten calendar days, provides time for unsuccessful tenderers to challenge the award decision before the Contract is entered into.

The Public Contracts Regulations 2015 (SI 2015 No.102) provide for aggrieved parties who have been harmed, or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

six.4.4) Service from which information about the review procedure may be obtained

CEDR

London

Country

United Kingdom