Section one: Contracting authority
one.1) Name and addresses
Department for Education
Sanctuary Buildings, 20, Great Smith Street
London
SW1P 3BT
Contact
Jo Foster
EYRecovery.SENCOTRAINING@education.gov.uk
Country
United Kingdom
Region 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/
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
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
Early Years: Accredited level 3 training for Special Educational Needs Coordinators (SENCOs)
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is to deliver training to a minimum of 1,000 early years (EY) Special Educational Needs Coordinators (SENCOs) resulting in an accredited Level 3 EY SENCO qualification. The training will be for SENCOs working in group-based and childminder settings. The training will be available across England.
For further information, please access the ITT documents via the Jaggaer e-Procurement platform (itt_3343).
two.1.5) Estimated total value
Value excluding VAT: £950,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80500000 - Training services
- 80510000 - Specialist training services
- 80511000 - Staff training services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
- UKF - East Midlands (England)
- UKG - West Midlands (England)
- UKH - East of England
- UKI - London
- UKJ - South East (England)
- UKK - South West (England)
two.2.4) Description of the procurement
Early identification of SEND is essential. As set out in statutory guidance SEND code of practice: 0 to 25 years, (https://www.gov.uk/government/publications/send-code-of-practice-0-to-25) (“the code of practice”), it is particularly important in the early years that there is no delay in making any necessary special educational provision. Early action to address identified needs is critical to preparing children for school, and to the future progress and improved outcomes that are essential in helping children to prepare for adult life.
Providing high quality special educational needs and disabilities (SEND) training for the Early Years workforce is therefore essential to address challenges within the current EY SEND system, including maximising access to entitlement places and delivering quality care and early intervention for children with SEND whilst in settings. SENCOs play a fundamental role in this.
The primary objective for any future training would be to increase the number of level 3 qualified SENCOs available to children in group-based and childminder settings, who have the knowledge and skills to properly fulfil the role of a SENCO, as described in the Code of Practice.
The role of the SENCO involves:
• ensuring all educators in the setting understand their responsibilities to children with SEND and the setting’s approach to identifying and meeting SEN
• advising and supporting colleagues
• ensuring parents are closely involved throughout and that their insights inform action taken by the setting, and
• liaising with professionals or agencies beyond the setting.
The Successful Supplier will deliver training to a minimum of 1,000 SENCOs between 1 May 2025 and 31 March 2026. Trainees are expected to take up to 6 months to complete the training.
For further information, please access the ITT documents via the Jaggaer e-Procurement platform (itt_3343).
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: £950,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 May 2025
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: 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 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: 2025/S 000-000184
four.2.2) Time limit for receipt of tenders or requests to participate
Date
12 March 2025
Local time
5:00pm
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
12 March 2025
Local time
5:01pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice
The Strand
London
Country
United Kingdom