Procurement of curriculum programmme (voluntary OJEU advertisement of Part B services).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Aurora Academies Trust
Sidley Primary School, Buxton Drive
Contact point(s): Aurora Academies Trust
For the attention of: Tim McCarthy
TN39 4BD Bexhill-on-Sea
UNITED KINGDOM
Telephone: +44 7740351137
E-mail:

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
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Procurement of curriculum programmme (voluntary OJEU advertisement of Part B services).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 24: Education and vocational education services
Main site or location of works, place of delivery or of performance: Sussex.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The contracting authority wishes to award a contract for the provision of a curriculum programme. This will be used in four primary schools once they have converted to academies under the Academies Act 2010. Conversion is planned to take effect on 1 September 2012.
The curriculum programme shall be broad and balanced utilising the most appropriate and relevant elements of the National Curriculum for these primary schools in East Sussex.
In order to broaden horizons and provide a global education, it should feature a chronological hands-on journey through the history of great ideas and heroic people in world culture. This will be a model for the whole Primary School: FS2 to Year 6 fulfilling, in essence, English National Curriculum requirements in history, geography, art, dance and drama.
The vendors will also provide integrated supplements in STEM (Science, technology, engineering, mathematics) and in PSHCE (personal, social, health and citizenship education) that align with the chronological curriculum.
The programme should include most of the materials which are expected to be delivered in a dynamic interactive and blended-learning environment, although an allowance should also be provided for some hard copy resources.
II.1.6)Common procurement vocabulary (CPV)

80100000, 80000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The provision of a curriculum programme to the contracting authority for use in four primary schools. The contract term is expected to be a minimum of five years with the option to extend up to a maximum of ten years.
Estimated value excluding VAT:
Range: between 500 000,00 and 2 000 000,00 GBP
II.2.2)Information about options
Options: yes
Description of these options: Option to extend up to a maximum of ten years from date of contract award.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.9.2012. Completion 31.8.2022

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
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:
Payments will be made monthly; payments will be made on a per student basis. Further information will be provided in the invitation to tender.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Prior to the award of any contract, the contracting authority reserves the right to require groupings of entities to adopt a particular form or to require one party to do so.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Further information will be provided to those invited to tender.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Further information will be provided to those invited to tender.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Further information will be provided to those invited to tender.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 24.7.2012 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
27.7.2012 - 12:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
This is a voluntary contract notice as the services being tendered are classified as Part B under Schedule 3 of the Public Contracts Regulations 2006 ("PCR"). The contracting authority is placing the notice to ensure there is a sufficient degree of advertising to alert the market to the opportunity, particularly economic operators who are based in the European Union but outside the United Kingdom.
To request a tender pack, please contact the person named in Section I.1) before the closing date specified in Section IV.3.4).
The contracting authority shall comply with those obligations under the PCR that relate to Part B services, or which are otherwise applicable under the Treaty on the Functioning of the European Union. For the avoidance of doubt, the authority will not be complying with the time limits that would normally apply to Part A services procurements, and while bidders will be debriefed at the conclusion of the procurement the detailed "standstill" provisions in regulation 32 PCR will not be followed.
The contracting authority reserves the right to change without notice the procedure for awarding the contract, to terminate discusions with any or all interested parties and/or to stop or amend the process at any time and not to award a contract at any time. No contract will be created until such time as the contracting authority and any party until a contract is executed between the authority and the winning bidder.
Tenders and all supporting documentation must be in English or a full translation provided at no cost to the contracting authority.
The contracting authority will not be liable for any costs (including third party costs, fees or expenses) incurred by those expressing an interest in or tendering for this contract opportunity.
Tenderers should note that any contract awarded will be subject to English law and the jurisdiction of the English courts. All bid prices must be in sterling.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

NA
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Tenderers have the right to appeal provided for in the PCR and to the extent applicable to Part B services contracts.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
17.7.2012