Education Quality Assurance Contract
The object of this contract is to provide quality assurance services in respect of the GOsC’S education function.
United Kingdom-London: System quality assurance assessment and review services
2014/S 194-343096
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
General Osteopathic Council
Osteopathy House, 176 Tower Bridge Road
For the attention of: Chief Executive
SE1 3LU London
UNITED KINGDOM
Telephone: +44 2073576655
E-mail: tenders@osteopathy.org.uk
Internet address(es):
General address of the contracting authority: http://www.osteopathy.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA31710
Electronic access to information: http://www.osteopathy.org.uk/about/the-organisation/recruitment/
Electronic submission of tenders and requests to participate: http://www.osteopathy.org.uk/about/the-organisation/recruitment/
Further information can be obtained from: General Osteopathic Council
Osteopathy House, 176 Tower Bridge Road
SE1 3LU London
UNITED KINGDOM
Telephone: +44 2073576655
E-mail: tenders@osteopathy.org.uk
Internet address: http://www.osteopathy.org.uk/about/the-organisation/recruitment/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: General Osteopathic Council
Osteopathy House, 176 Tower Bridge Road
SE1 3LU London
UNITED KINGDOM
Telephone: +44 2073576655
E-mail: tenders@osteopathy.org.uk
Internet address: http://www.osteopathy.org.uk/about/the-organisation/recruitment/
Tenders or requests to participate must be sent to: General Osteopathic Council
Osteopathy House, 176 Tower Bridge Road
For the attention of: Head of Finance (tenders)
SE1 3LU London
UNITED KINGDOM
Telephone: +44 2073576655
E-mail: tenders@osteopathy.org.uk
Internet address: http://www.osteopathy.org.uk/about/the-organisation/recruitment/
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
As part of this role it is responsible for approving courses of higher education in osteopathy.
The object of this contract is to provide quality assurance services in respect of the GOsC’S education function.
The education function forms part of the GOsC’s wider regulatory role which also includes:
Keeping the Register of all those permitted to practise osteopathy in the UK;
Setting, maintaining and developing standards of osteopathic practice and conduct;
Dealing with concerns or complaints about osteopaths.
Information for tenderers and further information about the GOsC can be found at www.osteopathy.org.uk
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site athttp://www.myTenders.org/Search/Search_Switch.aspx?ID=140613
II.1.6)Common procurement vocabulary (CPV)
72225000, 80300000
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: The initial contract will be for a period of three calendar years (subject to performance) with an option to extend for up to 2 years (total maximum contract period of 5 years).
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: Range: between 1 and 2
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(3) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
Further conditions of participation in this process are included in the Pre-Qualification Questionnaire. Any contract/s formed as a result of this process shall be on the terms and conditions as outlined in the Invitation to Tender (ITT)document.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
The GOsC reserves the right to request a reference from the candidate’s bank. For full conditions of participation refer to the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(4) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(5) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(7) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
Other conditions apply and are detailed in the Pre-Qualification Questionnaire.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The criteria is specified in the Pre Qualification Questionnaire Document (PQQ).
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
Estimated timing for further notices to be published: Approximately every 3 to 5 years.
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
Chair of Council
Osteopathy House 176 Tower Bridge Road
SE1 3LU London
UNITED KINGDOM
E-mail: execassist@osteopathy.org.uk
Telephone: +44 2073576655
VI.5)Date of dispatch of this notice: