Section one: Contracting authority
one.1) Name and addresses
ST JOSEPH CATHOLIC MULTI ACADEMY TRUST
Liverpool Archdiocesan Office,Croxteth Drive
LIVERPOOL
L171AA
Contact
Andrew Truby
Telephone
+44 7985707839
Country
United Kingdom
NUTS code
UKD72 - Liverpool
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://crowncommercialservice.bravosolution.co.uk/esop/guest/login.do?qvu=15660080017F0CF6DBBD
one.4) Type of the contracting authority
Other type
Multi Academy Trust
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Invitation to Tender for Curriculum and Transformative Development for teachers and leaders for St Joseph Catholic Multi Academy Trust
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
In line with good practice, St Joseph Catholic Multi Academy Trust is seeking to tender the procurement of a high quality curriculum and transformative development for teachers and leaders.
St Joseph Catholic Multi Academy Trust is a new Trust forming in March 2022 and some of its schools (up to 6) are due to convert to academy status on the 1 April 2022 with the remaining converting on 1 June and July 2022. The academy orders have been issued.
Membership initially will consist of 11 schools, however it is anticipated that the Trust will expand and grow over time, supporting a wider network of schools in the Greater Merseyside area, initially including Sefton, Wigan, Liverpool and Halton. The Trust is a 'Turnaround' MAT which means that over a 2-3 year period schools will move out of St Joseph CMAT into other Catholic MATs.
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
Main site or place of performance
St Joseph Catholic MAT offices [L17 1AA] and across our academies.
two.2.4) Description of the procurement
1. Introduction
In line with good practice, St Joseph Catholic Multi Academy Trust is seeking to tender the procurement of a high quality curriculum and transformative development for teachers and leaders.
St Joseph Catholic Multi Academy Trust is a new Trust forming in March 2022 and some of its schools (up to 6) are due to convert to academy status on the 1 April 2022 with the remaining converting on 1 June and July 2022. The academy orders have been issued.
Membership initially will consist of 11 schools, however it is anticipated that the Trust will expand and grow over time, supporting a wider network of schools in the Greater Merseyside area, initially including Sefton, Wigan, Liverpool and Halton. The Trust is a 'Turnaround' MAT which means that over a 2-3 year period schools will move out of St Joseph CMAT into other Catholic MATs.
Ofsted Ratings at last inspection
5 inadequate
3 requires improvement
3 good
The schools, annual intake and current numbers on roll are:
School School Capacity Number of Pupils Staff Headcount
Secondary School A 1200 1193 TBC
Primary School A 240 207 TBC
Primary School B 315 232 TBC
Primary School C 205 175 30
Primary School D 262 200 33
Primary School E 210 232 33
Secondary School B 750 557 66
Secondary School C 950 545 91
Primary School F 210 203 TBC
Primary School G 210 133 34
Primary School H 420 352 60
2. Procurement Best Practice Criteria
The Trust have agreed a set of best practice principles in relation to this tender. These principles provide a framework to ensure that we act in an ethically and commercially responsible way in our contractual arrangements. Adhering to these principles is an integral part of the procurement process for the Multi Academy Trust.
We will:
• Seek value for money and the minimisation of risk to the Multi Academy Trust
• Harness the capability, diversity and innovation of our suppliers to add value to the Multi Academy Trust
• Adhere to a procurement process which is equitable, lawful and compliant with regulations
• Work with suppliers to ensure goods and services that we buy are made or executed in a socially and environmentally responsible manner
• Seek to be easy to do business within order to minimise costs, risks and time
• Ensure the confidentiality of information entrusted to us while working with suppliers who also respect this practice; and
• Permit hospitality only to an extent that it cannot be perceived as an inducement
• Prioritise local employment and enterprise so as to create and maintain local job opportunities and training
Primary requirements
The following factors will be taken into account in assessing a supplier's suitability.
Insurance
All suppliers should carry insurance and as a matter of course, an appropriate level of public liability insurance.
Training & Development
Suppliers should evidence their commitment to staff training, development and career progression within their organization.
Ethical Standards
All suppliers will need to demonstrate that they operate policies relating to the environment, sourcing with human dignity and supplier diversity.
Environment - evidence that suppliers are aware of the impact of their activity on the environment and are prepared to work with us in a spirit of continuous improvement.
Sourcing with Human Dignity - acting with social responsibility towards those involved in the supply or production of goods and services as part of a commitment to help create a better world.
Supplier diversity - valuing people as an important resource regardless of race, disability or gender and embracing their cultural diversity.
Community Cohesion
Understanding of making a contribution to community cohesion or regeneration through means appropriate to the size of the supplier organisations such as volunteering, community projects or fund raising activity
Safety and Security
An awareness of, respect for and ability to meet safety and security aspects such as safe recruitment checks on your staff, will be important to our assessment.
Capacity/Capability
We need to be confident that you have the right capacity and capability in the relevant area.
Financial Viability
Before commencing business with you, we may ask you to submit last Report and Accounts for review and we will check for bankruptcy status, non payment of statutory contributions, etc
Legal Considerations
Our contracts require that suppliers comply with all applicable laws and regulations.
Quality
We will decide on the level of quality required and indicate this to you at the appropriate time.
Accreditations or Professional Standards
We will want to assure ourselves that where these are appropriate these are current and that you have not been charged with any grave professional misconduct.
3. Scope of Work
The Trust recognises the importance of a high quality and ambitious curriculum as part of its school improvement offer. As such we are seeking one or more external partners to provide a high quality curriculum and transformative development for teachers and leaders. Potential partners may wish to submit a tender for all or part of our requirements. Given the time it takes to implement a curriculum, we require a three year contract which outlines the initial costs and ongoing costs.
two.2.5) Award criteria
Quality criterion - Name: Quality of Proposal and Approach Specific to the Multi Academy Trust requirements including implementation timeframes / Weighting: 50%
Quality criterion - Name: Company History & Experience in the Education Marketplace / Weighting: 30%
Cost criterion - Name: Annual costing / Daily Rates / Charges e.g. additional training; additional packages; software updates / Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
From the third year onwards, the costs should be sustainable from the academies' budgets.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
The
Trust recognises the importance of a high quality and ambitious curriculum as part of its school
improvement offer. As such we are seeking one or more external partners to provide a high quality
curriculum and transformative development for teachers a nd leaders. Potential partners may wish to
submit a tender for all or part of our requirements. Given the time it takes to implement a curriculum,
we require a three year contract which outlines the initial costs and ongoing costs. From the third year
on wards, the ongoing cost must be sustainable from our academies' budgets.
two.2.14) Additional information
Instructions to Tenderers
We are willing to accept tenders in the firm's standard format. In addition, you should include a method statement, no more than eight sides of A4 long, describing the firm's approach to:
• Delivery of the specification in section 4
The details of the firm's approach should include:
• A timeline of proposed activities over the 3 years
The practical information should include:
• Details of staff experience, training and locations
• A general idea as to how support services will be provided during the year
• Associated costs for the services proposed
• Details of what you require from us
As a matter of note, we have an open mind and are not looking for a particular methodology to be employed. The aim of the method statement is simply to understand the firm's ideas on how they will implement a curriculum and development to teachers and leaders within our MAT.
Tender Returns
The Tenderer shall tender its prices / costs in accordance with the instructions below. Prices / costs are to be submitted inclusive of Value Added Tax (VAT), detailing the exclusive of VAT price / cost and any VAT (detailing the rate applied) that may be applicable as a separate figure / column.
Interpretations
In these Instructions to Tenderers, unless the contrary intention appears:-
a) "Tender" means any offer submitted in response to this Invitation to Tender
b) "Tenderer" means any person, partnership or organisation, invited to submit a Tender
c) "Academy" means the Academy listed in section 1 of this document.
Canvassing
Any Tenderer who directly or indirectly canvasses any Governor or employee of the Multi Academy Trust concerning this or any other tender shall be disqualified.
Commercially Sensitive Information
All information supplied by the Multi Academy Trust in connection with this tender shall be treated as confidential by each Tenderer. The Tenderer must not disclose that they have been invited to tender or release details of the tender document other than on an "In Confidence" basis to those who have a legitimate need to know or whom they need to consult for the purpose of preparing the Tender.
Tender Documents remain commercial in confidence.
The tender and its accompanying documents are and shall remain the property of the Multi Academy Trust. They should be securely disposed of immediately in any event, if the Tenderer does not wish to, or is unable to, submit a Tender.
Collusive Tendering
Any Tenderer who:
a) Fixes or adjusts the amount of its Tender by or in accordance with any agreement or arrangement with any other person; or
b) Communicates to any person other than the Multi Academy Trust the amount or approximate amount of its proposed Tender; or
c) Enters into any agreement or arrangement with any other person to refrain from tendering; or
d) Offers or agrees to pay or give or does pay any sum of money, inducement or valuable consideration directly or indirectly to any person in relation to any other Tender;
will be disqualified (without prejudice to any other civil remedies available to the Multi Academy Trust and without prejudice to any criminal liability, which such conduct by a Tenderer may attract). If the Contract has unwittingly been awarded to such a Tenderer it may be terminated forthwith.
Conflict of Interest
Tenderers must declare any financial interest or connection they have in, to or with the Multi Academy Trust or any of the Multi Academy Trust personnel. Such an interest shall include, but not be limited to, being an employee, Governing Body member, or agent of, or contractor to the Multi Academy Trust.
Tenderers must include declarations from:
• The tendering organisation
• Any of the tenderer's associated companies (meaning any holding company or subsidiary company, or other subsidiary of the bidder's holding company, as each term is defined in the Companies Act 1985); or
• Any of the tenderer's proposed sub-contractors
In each case the tenderer's declaration must include any personnel of the organisation concerned [and any immediate family of such personnel (parents, partner or children)].
This declaration should be provided in writing along with the tender submission.
Such an interest or connection will not preclude bidders from being awarded contracts; the information will simply enable the Multi Academy Trust to identify and manage effectively any potential conflict of interests that may arise. Bidders should also state in the declaration any proposals that they may have for avoiding or managing such conflicts of interest.
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
Appropriate insurances in place.
All safeguarding requirements are met.
Cyber security and GDPR compliant.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
1 March 2022
Local time
12:00pm
Changed to:
Date
28 March 2022
Local time
12:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
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
TBC
TBC
Country
United Kingdom