Secure English Language Testing Services for the Home Office
The Home Office is seeking organisations to act as Concessionaires to provide Secure English Language Testing Services which assess a Candidate’s competency in reading, writing, listening and spoken English between levels A1 to C1 of the Common European Framework of Reference (CEFR).
United Kingdom-London: Test and evaluation
2014/S 195-344982
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Home Office
2 Marsham Street, 4th floor, Seacole Building
Contact point(s): seltprocurement@homeoffice.gsi.gov.uk
For the attention of: Moira Barrett
SW1P 4DF London
UNITED KINGDOM
Telephone: +44 2081964306
E-mail: seltprocurement@homeoffice.gsi.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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: Globally.
NUTS code
II.1.5)Short description of the contract or purchase(s)
The Home Office is seeking organisations to act as Concessionaires to provide Secure English Language Testing Services which assess a Candidate’s competency in reading, writing, listening and spoken English between levels A1 to C1 of the Common European Framework of Reference (CEFR).
The scope of the requirement is to provide a service for approximately 400 000 applicants per year either in the United Kingdom or worldwide to be able to take a secure English language test before applying for Entry Clearance from outside the United Kingdom and Islands to enter the UK or Leave to Remain to stay in the United Kingdom. These services include but are not limited to: undertaking original and ongoing
in-depth research into the design and structure of its English language test(s); secure/assured provision of facilities and English language tests; ensuring they are delivered safely and securely in terms of both test environment and test result; undertaking rigorous analysis and assurance measures to identify risks/ issues and reporting these to the Home Office; providing a good level of customer experience to those taking the English language test.
II.1.6)Common procurement vocabulary (CPV)
73430000, 75100000, 75130000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Authority anticipates awarding:
— A minimum of two Concession Agreements for Services to be delivered in the UK and
— A minimum of two Concession Agreements for Services to be delivered in the ROW.
A single Bidder may be awarded a Concession Agreement in more than one region (i.e. in the UK and in the ROW).
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Global Selt Requirement Excluding UK
1)Short description
2)Common procurement vocabulary (CPV)
73430000, 75130000, 75100000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: United Kingdom SELT Requirement
1)Short description
2)Common procurement vocabulary (CPV)
73430000, 75130000, 75100000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/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.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
The information required to demonstrate compliance with the minimum standard for reliability having regard to past performance is set out below.
Minimum level(s) of standards possibly required:
The minimum standard for reliability having regard to past performance is that the Authority is satisfied that the contracts/agreements required on the list to be provided have been satisfactorily performed in accordance with their terms or, where that has not occurred, the reason or reasons why that has not occurred in relation to any such contract/agreement, will not recur in the performance of the Concession Agreement to be awarded. In addition the Authority will also re-assess whether this minimum standard prior to identifying the preferred bidder(s) status, and/or the conclusion of the Concession Agreement.
III.3.1)Information about a particular profession
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.3.2)Previous publication(s) concerning the same contract
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
Section VI: Complementary information
VI.3)Additional information
The Concession Agreement will have an initial term of 2 years with extensions for up to 3 further periods each of up to 12 months.
The procurement will be managed electronically via the Crown Commercial Service’s eSourcing Suite. To participate in this procurement, participants must first be registered on the eSourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done on-line athttps://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’.
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. Full instructions for registration and use of the system can be found athttp://gps.cabinetoffice.gov.uk/i-am– supplier/respond-tender.
Once registered, organisations wishing to take part must send an email to seltprocurement@homeoffice.gsi.gov.uk any time up to, but no later than 11:00 on 31.10.2014.
The email should be entitled SELT Procurement and contain the following details:
your organisation’s name, your contact name, e-mail address and telephone number.
Organisations who have complied with the foregoing will be required to sign and return a Non-Disclosure Agreement prior to receiving details of how to access and complete the on-line Request for Proposal (RFP).
The on-line RFP must be fully completed by 11:00 GMT on 5.11.2014. Any expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
For technical assistance on use of the e-Sourcing Suite contact; Crown Commercial Service
Help-desk: Free-phone: +44 3450103503 email: supplier@gps.gsi.gov.uk
VI.5)Date of dispatch of this notice: