Section one: Contracting authority
one.1) Name and addresses
Scottish Government
Victoria Quay
Edinburgh
G2 8EA
Contact
Marc Jones
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
EAS-Education Reform Monitoring & Evaluation Strategy
Reference number
745992
two.1.2) Main CPV code
- 73110000 - Research services
two.1.3) Type of contract
Services
two.1.4) Short description
The Scottish Government has a requirement to place a contract with an external service provider for the provision of EAS-Education Reform Monitoring & Evaluation Strategy.
The Scottish Government, on behalf of Scottish Ministers, wishes to commission work to inform the development of a monitoring and evaluation strategy for the Education Reform Programme.
The Scottish Government is undertaking an ambitious programme of education reform which has been informed by the findings from the review of the Curriculum for Excellence (CfE) conducted in 2021 by the Organisation for Economic Co-operation and Development (OECD), titled “Scotland’s Curriculum for Excellence: Into the Future”. While it highlighted the continued relevance and ambition of CFE as the right approach for Scotland, it also pointed to the need for Scotland to adopt a planned and systematic approach to curriculum review and implementation, and enhance the coherence of the policy environment that surrounds CfE.
The aims of this project are to:
1. evaluate the practical considerations for implementing a meaningful evaluation, including data quality and availability, stakeholder engagement, and systemic readiness
2. define the critical questions that will guide the monitoring and evaluation of the reforms, ensuring alignment with existing and new data sources and evidence
3. propose a structured approach to systematically monitor progress and assess the impact of the reforms over time
two.1.5) Estimated total value
Value excluding VAT: £150,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73000000 - Research and development services and related consultancy services
- 73200000 - Research and development consultancy services
- 73210000 - Research consultancy services
- 79310000 - Market research services
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The Scottish Government, on behalf of Scottish Ministers, wishes to commission work to inform the development of a monitoring and evaluation strategy for the Education Reform Programme.
The Scottish Government is undertaking an ambitious programme of education reform which has been informed by the findings from the review of Curriculum for Excellence (CfE) conducted in 2021 by the Organisation for Economic Co-operation and Development (OECD), titled “Scotland’s Curriculum for Excellence: Into the Future”. While it highlighted the continued relevance and ambition of CFE as the right approach for Scotland, it also pointed to the need for Scotland to adopt a planned and systematic approach to curriculum review and implementation, and enhance the coherence of the policy environment that surrounds CfE.
Following the publication of the OECD report in autumn 2021, the then Cabinet Secretary for Education and Skills, Shirley-Anne Somerville, commissioned Professor Ken Muir to provide independent advice on the OECD’s recommendations. This advice focused on the recommendations for structural and functional change to the Scottish Qualifications Authority (SQA) and Education Scotland, including the delivery of the national curriculum, assessment, qualification and inspection functions, recognising the wider functions of both these bodies. The Cabinet Secretary also announced an Independent Review of Qualifications and Assessment (IRQA), led by Professor Louise Hayward, to look at ways in which the senior phase of qualifications in schools, colleges and wider educational settings could be improved.
Professor Muir advocated for placing children, young people and the teachers and practitioners who support their learning more firmly at the heart of the education system. To support these system users he set out recommendations to simplify the education landscape and ensure greater clarity as to the roles and functions of key national bodies. Published in March 2022, Professor Muir’s report formed the basis for the changes we are now taking forward.
In response to the Professor Muir’s report, the Scottish Government committed to facilitating a national discussion on the vision for the future of Scottish education. The National Discussion was co-convened by the Scottish Government and the Convention of Scottish Local Authorities (COSLA) and it was independently facilitated. The final report from the National Discussion established the following three guiding values for education in Scotland: the Scottish education system should be ambitious, inclusive, and supportive.
The final report of the Independent Review of Qualifications and Assessment in Scotland was published in June 2023. It set out recommendations for a new approach to qualifications and assessment. In September 2024 the Scottish Government set out our response to the IRQA recommendations.
The aims of this project are to:
1. evaluate the practical considerations for implementing a meaningful evaluation, including data quality and availability, stakeholder engagement, and systemic readiness
2. define the critical questions that will guide the monitoring and evaluation of the reforms, ensuring alignment with existing and new data sources and evidence
3. propose a structured approach to systematically monitor progress and assess the impact of the reforms over time
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
30 April 2025
End date
20 February 2026
This contract is subject to renewal
Yes
Description of renewals
An optional extension period of up to 2 months will be available at the Scottish Ministers discretion.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Minimum Insurance Levels
Minimum level(s) of standards possibly required
Public Liability - 5,000,000 GBP
Professional Risk Indemnity - 2,000,000 GBP
Employer’s (Compulsory) Liability - 10,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
1. Supply Chain Management/Tracking Systems Used.
2. Proportion (%) to be Sub-Contracted.
Minimum level(s) of standards possibly required
1. Supply Chain Management/Tracking Systems Used: If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
2. Proportion (%) to be Sub-Contracted: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
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.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
14 February 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28368. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:787725)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court and Justice of the Peace Court
27 Chambers Street
Edinburgh
EH1 1LB
Country
United Kingdom