School Improvement Services Buckinghamshire
The provider will implement school improvement strategies that will build leadership and teaching capacity in order to sustain improvements in our academies.
United Kingdom-Olney: Education and training services
2015/S 062-109043
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
EMLC Academy Trust
Bridge House, Bridge Street
For the attention of: Hena Mahmod
MK46 4AB Olney
UNITED KINGDOM
Telephone: +44 1234880154
E-mail: ruhena.mahmood@emlcacademytrust.co.uk
Internet address(es):
General address of the contracting authority: www.emlcacademytrust.co.uk
Address of the buyer profile: www.emlcacademytrust.co.uk
Electronic access to information: www.emlcacademytrust.co.uk
Electronic submission of tenders and requests to participate: www.mytenders.org
Further information can be obtained from: EMLC Academy Trust
Bridge House, Bridge Street
For the attention of: Hena Mahmod
MK46 4AB Olney
UNITED KINGDOM
Telephone: +44 1234880154
E-mail: ruhena.mahmood@emlcacademytrust.co.uk
Internet address: www.emlcacademytrust.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: EMLC Academy Trust
Bridge House, Bridge Street
For the attention of: Hena Mahmod
MK46 4AB Olney
UNITED KINGDOM
Telephone: +44 1234880154
E-mail: ruhena.mahmood@emlcacademytrust.co.uk
Internet address: www.emlcacademytrust.co.uk
Tenders or requests to participate must be sent to: EMLC Academy Trust
Bridge House, Bridge Street
For the attention of: Hena Mahmod
MK46 4AB Olney
UNITED KINGDOM
Telephone: +44 1234880154
E-mail: ruhena.mahmood@emlcacademytrust.co.uk
Internet address: www.emlcacademytrust.co.uk
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 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: UK.
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 the current School Improvement contract ends July 2015, the Trust is tendering for a provider who can support the academies to achieve the Trust’s ambitions for their academies to be centres of excellence with outstanding teaching and leadership. The provider will implement school improvement strategies that will build leadership and teaching capacity in order to sustain improvements in our academies.
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=151289
II.1.6)Common procurement vocabulary (CPV)
80000000, 80100000, 80200000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 600 000 and 800 000 GBP
II.2.2)Information about options
Description of these options: 3 year contract with possibility of extension up to 2 years.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) 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.
(7) 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.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
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.
III.2.3)Technical capacity
(1) 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.
(2) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 29.4.2015 – 12:00
Place:
EMLC Academy Trust, Bridge House, Bridge Street, Olney, Bucks, MK46 4AB.
Section VI: Complementary information
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
EMLC Academy Trust
Bridge Street
MK46 4AB Olney
UNITED KINGDOM
E-mail: dgriffiths@emlcacademytrust.co.uk
Internet address: www.emlcacademytrust.co.uk
VI.5)Date of dispatch of this notice: