Tender

National Reference Tests from 2025

  • Office of Qualifications and Examinations Regulation (Ofqual)

F02: Contract notice

Notice identifier: 2023/S 000-002162

Procurement identifier (OCID): ocds-h6vhtk-034c5e

Published 24 January 2023, 2:04pm



Section one: Contracting authority

one.1) Name and addresses

Office of Qualifications and Examinations Regulation (Ofqual)

Earlsdon Park, 53-55 Butts Rd

Coventry

CV1 3BH

Email

procurement@ofqual.gov.uk

Telephone

+44 2476716830

Country

United Kingdom

NUTS code

UKG33 - Coventry

Internet address(es)

Main address

http://ofqual.gov.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA29088

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

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 Reference Tests from 2025

Reference number

OF923

two.1.2) Main CPV code

  • 80200000 - Secondary education services

two.1.3) Type of contract

Services

two.1.4) Short description

To provide the National Reference Tests (NRT) in England on behalf of Ofqual. The National Reference Tests provide evidence for Ofqual on changes in performance standards over time in GCSE English Language and Mathematics in England at the end of Key Stage 4.

two.1.5) Estimated total value

Value excluding VAT: £14,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80200000 - Secondary education services
  • 73430000 - Test and evaluation
  • 73300000 - Design and execution of research and development

two.2.3) Place of performance

NUTS codes
  • UKG33 - Coventry
Main site or place of performance

Coventry

two.2.4) Description of the procurement

See II.1.4. For further information please refer to the attached Services Description document

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: £14,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 August 2023

End date

31 August 2029

This contract is subject to renewal

Yes

Description of renewals

A maximum of 3 x 12 month optional extension periods, subject to Supplier agreement

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Information obtained from response to published PIN 2022/S 000-017848.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Following the initial contract period, and subject to minimum notice being provided as per contract, the Buyer may choose to extend the contract by 3 x 12 month periods, reviewed annually and subject to Supplier agreement via the agreed change/variation process.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the Procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

To be included in the Invitation to Tender

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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: 2022/S 000-017848

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 February 2023

Local time

5:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

8 March 2023

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)


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

This selection exercise is drafted on the basis of a Contract that will include ongoing strategic development and delivery of the National Reference Tests on an annual basis up to and including the Tests in 2029; the contract may be extended at Ofqual's discretion for any period up to a maximum of 3 years to include the delivery of the Tests in 2030, 2031 and 2032. Following discussions with the market and having carefully considered the risks to stability in test results of awarding elements of the service to different suppliers Ofqual would like to appoint a single supplier to provide all of the NRT services. Interested parties may cooperate with other organisations where this enables them to meet the requirement by sub-contractual or consortia arrangements. Further information is included in the attached Procurement Policy Note 8/16 Standard Selection Questionnaire template and guidance document.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=227493.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:227493)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit