Tender

Emergency End Point Assessment Framework Agreement

  • Department for Education

F02: Contract notice

Notice identifier: 2021/S 000-003231

Procurement identifier (OCID): ocds-h6vhtk-029406

Published 17 February 2021, 10:56pm



Section one: Contracting authority

one.1) Name and addresses

Department for Education

Sanctuary Buildings, 20, Great Smith Street

London

SW1P 3BT

Email

esfaprocurement.help@education.gov.uk

Telephone

+44 12345678

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-education

Buyer's 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

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

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Emergency End Point Assessment Framework Agreement

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The ESFA is procuring a Framework Agreement for a small number of high-quality End Point Assessment Organisations (EPAO), who would be ready to act on an emergency basis as EPAO for Apprentices on a named apprenticeship Standard. This could occur if there is no EPAO already in place, for example if an Apprentice’s planned EPAO had exited the market. EPAOs that are awarded a place on the Framework Agreement are called “Framework Suppliers”.

The ESFA wants to ensure that it has appropriate coverage for assessment of every Standard and every geographical location in England.

The Framework also presents an opportunity for Framework Agreement Suppliers to support the assessment market.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80530000 - Vocational training services
  • 80531000 - Industrial and technical training services

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

The ESFA is procuring a Framework Agreement for a small number of high-quality End Point Assessment Organisations (EPAO), who would be ready to act on an emergency basis as EPAO for Apprentices on a named apprenticeship Standard. This could occur if there is no EPAO already in place, for example if an Apprentice’s planned EPAO had exited the market. EPAOs that are awarded a place on the Framework Agreement are called “Framework Suppliers”.

The ESFA wants to ensure that it has appropriate coverage for assessment of every Standard and every geographical location in England.

The Framework also presents an opportunity for Framework Agreement Suppliers to support the assessment market. All information regarding this procurement can be found within the procurement documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £750,000

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

Start date

1 June 2021

End date

30 May 2025

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: 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

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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

Date

26 March 2021

Local time

5:00pm

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

9 April 2021

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.3) Additional information

Interested economic operators (Potential Contractors) are required to register on the Authority’s e-tendering portal. Applicants can access this system at https://education.app.jaggaer.com where the details of how to register and the terms of free registration are provided.

Potential Contractors are referred to the procurement documents accompanying this Contract Notice for additional information on this procurement and in relation to this Contract Notice.

The Authority reserves the right to withdraw from or discontinue the procurement process, which shall include the right to not award a Contracts or Contracts as a result of this call for competition.

Tenders and all supporting documentation for the contract must be in English and priced in sterling.

The Authority will not be liable for any bid costs, expenditure, work or effort incurred by a Potential Contractor in proceeding or participating in this procurement, including if the procurement process is terminated or amended by the Authority.

This is a 2 stage open procurement commencing on the 17th February 2021.

Deadline of receipt of SSQ is 26th March 2021

Issue of ITT is 9th April 2021

Deadline for receipt of Tender is 30th April 2021

The full timeline can be viewed in the procurement documentation.

It is the preliminary view of the contracting authority that TUPE does not apply to this procurement.

six.4) Procedures for review

six.4.1) Review body

Department for Education

London

Country

United Kingdom