Section one: Contracting authority
one.1) Name and addresses
Department for Education
Sanctuary Buildings, 20, Great Smith Street
London
SW1P 3BT
NPQ.ExternalModeration@education.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/department-for-education
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://education.app.jaggaer.com/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://education.app.jaggaer.com/web/login.html
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
National Professional Qualifications (NPQ) External Moderator
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
From autumn 2021, a new and updated suite of NPQs is available for teachers and leaders who want to develop their knowledge and skills in school leadership and specialist areas of teaching practice. These reforms include:
• replacing the current NPQ in middle leadership with three new NPQs for teachers and leaders who want to develop their expertise in specialist areas of teaching practice
• reforming the three existing NPQs in senior leadership, headship and executive leadership
Subject to a further invitation to tender for NPQ provision launched in November 2021, we also envisage two further new NPQs in Leading Literacy and Early Years Leadership will be available from September 2022.
As the appeal and value of NPQs depends on the quality and consistency of the qualification, faith in the assessment process is paramount. Checking for assessment consistency across NPQ Lead Providers is vital, alongside ensuring a reliable and fair process for all participants. To achieve this level of quality and consistency, the DfE is looking to contract with an organisation with the ability to deliver a robust system for the external moderation of NPQ summative assessments.
two.1.5) Estimated total value
Value excluding VAT: £6,900,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
- 80500000 - Training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
From autumn 2021, a new and updated suite of NPQs is available for teachers and leaders who want to develop their knowledge and skills in school leadership and specialist areas of teaching practice. These reforms include:
• replacing the current NPQ in middle leadership with three new NPQs for teachers and leaders who want to develop their expertise in specialist areas of teaching practice
• reforming the three existing NPQs in senior leadership, headship and executive leadership
Subject to a further invitation to tender for NPQ provision launched in November 2021, we also envisage two further new NPQs in Leading Literacy and Early Years Leadership will be available from September 2022.
As the appeal and value of NPQs depends on the quality and consistency of the qualification, faith in the assessment process is paramount. Checking for assessment consistency across NPQ Lead Providers is vital, alongside ensuring a reliable and fair process for all participants. To achieve this level of quality and consistency, the DfE is looking to contract with an organisation with the ability to deliver a robust system for the external moderation of NPQ summative assessments.
Organisations wishing to participate in this contract opportunity must do so through DfE's eTendering portal (Jaggaer).
Registration is free of charge and full system support is available via the Jaggaer homepage.
In order to access this opportunity in Jaggaer potential suppliers must first click 'view opportunities' from the Jaggaer homepage and then express their interest to gain access to the full document suite.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £6,900,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2022
End date
31 March 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The contract includes an option to extend the term for a further period of 12 months up to the value of an additional £2.6m (ex-VAT).
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
As set out in the 'Options' above the Department reserves the right to extend the contract term by an additional 12 months and up to an additional £2.6m (ex-VAT).
This brings the potential maximum contract value to £9.5m (ex-VAT) over 5 years.
The Department will publish a further award notice should the additional term and value option be taken up.
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: 2021/S 000-013963
four.2.2) Time limit for receipt of tenders or requests to participate
Date
11 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
11 February 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Department will host an online commercial walkthrough session for interested organisations at 10am on Thursday 6th January. Please use the messaging facility in the eTendering portal to request a link for the session.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Authority will incorporate a voluntary minimum 10 calendar day standstill period at the point
information on the award of the Contract is communicated to tenderers. Applicants who are unsuccessful
shall be informed by the Authority as soon as possible after the decision has been made as to the reasons
why the Applicant was unsuccessful. If any clarification regarding the award of the Contract has not been
successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties
who have been harmed or are at risk of harm by breach of the rules to take legal action.
Any such action must be brought within the applicable limitation period. Where a contract has not been
entered into, the Court may order the setting aside of the award decision or order the Authority to amend
any document and may award damages.
If a contract has been entered into the Court may, depending on the circumstances, award damages, make a
declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the
contract be shortened. The purpose of the voluntary standstill period referred to above is to allow the parties
to apply to the Courts to set aside the award decision before the Contract is entered into