Tender

15,000,000

  • Department for Education

F02: Contract notice

Notice identifier: 2024/S 000-005860

Procurement identifier (OCID): ocds-h6vhtk-041c76

Published 22 February 2024, 4:45pm



Section one: Contracting authority

one.1) Name and addresses

Department for Education

Sanctuary Buildings, 20, Great Smith Street

London

SW1P 3BT

Contact

Jess Roberts

Email

jess.roberts@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

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

15,000,000

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

Regular attendance at school is vital for children’s education, wellbeing, and long-term development. Improving attendance is a priority. Support for pupils who are persistently absent was also the subject of a recent education select committee enquiry: Persistent absence and support for disadvantaged pupils - Committees - UK Parliament. The Department is currently piloting a 3-year intensive mentoring programme in 5 priority education investment areas (PEIAs), delivering attendance mentoring support for pupils in areas with high levels of persistent absence. We are now looking into options to expand this pilot programme into more PEIAs.

The Department for Education is seeking to appoint a Supplier to deliver targeted, responsive, one-to-one support for at least 10,800 persistently and severely absent pupils across 10 Priority Education Investment Areas (PEIA). The successful Supplier would be expected to train mentors to be able to support pupils and families on a one-to-one basis with the intention of understanding barriers to the pupils attendance and supporting the pupil and family to resolve this. This support should be responsive to the individuals needs and may be delivered in the school, or in the pupil’s home. Depending on the pupil need, trained practitioners may also be expected to work with external local agencies to ensure all support to a particular family or pupil is aligned and drives towards overcoming attendance barriers. Mentor work could also involve working closely with families to support better engagement in education. The successful Supplier will also need to work with evaluators to evidence the impact of the support throughout the project lifecycle. 

The initial contract period is for 29 months for delivery over 2 academic years plus the set up period, assuming that the contract will be signed in June 2024, to allow for implementation and mobilisation activities ahead of delivery commencing in October 2024 and conclude in October 2026. This initial contract period may vary slightly in duration if contract signature is delayed for any reason. There will be an option to extend for a further 12 months at the Department’s sole discretion.

Continuation of the contract into academic years 2 and 3 will be subject to satisfactory performance. The maximum contract length would be 3 academic years of delivery plus the set up period.

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

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
  • 80310000 - Youth education services
  • 80532000 - Management training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

To register your interest to tender and view the tender documents, you will need to be registered as a supplier on the DfE Jaggaer eTendering portal, available at

https://education.app.jaggaer.com/web/login.html

Once registered the information will be accessible via the ‘View Opportunities’ link on the Homepage. Select the Opportunity Notice for Attendance Mentors Pilot Expansion; (ITT_2848) and this will take you directly to the live tender. The closing date for submitting your tender is 2pm 25th March 2024.

A Bidder Engagement Event will be held on Tuesday 5th March 2024 14:30 - 15:30 to provide an overview of the procurement requirements. This will be an online event hosted on Microsoft Teams. To register for the event please confirm the name of your organisation, name of attendee and email address via the Jaggaer messaging forum by 12pm NOON 4th March 2024. The invite will be circulated the day before the event.

If you cannot / or do not intend to attend the Bidder Event, we would welcome your comments/questions via Jaggaer by 4th March, 12pm. Please use the Jaggaer e-procurement system https://education.app.jaggaer.com/web/login.html to submit any questions you may have about the requirements and tendering procedure at this time.

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: £15,000,000

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

Start date

12 June 2024

End date

30 October 2026

This contract is subject to renewal

Yes

Description of renewals

The contractual term is set to expire in October 2026 with a possible extension of up to one year. Any extension will be subject to satisfactory performance during the initial contract term, please refer to the Award Form of the Contract for further information

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

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: 2023/S 000-034747

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

Date

25 March 2024

Local time

2:00pm

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

25 March 2024

Local time

2:00pm


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

High Court

Royal Courts of Justice, The Strands

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Precise information on deadline(s) for review procedures:

The Authority will incorporate a voluntary minimum 10 calendar day standstill period at the point information on the award of the Contract is communicated to Potential Suppliers. Potential Suppliers who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why they were unsuccessful. If any clarification regarding the award of the Contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the regulations to take legal action

Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages.

If a contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the voluntary standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the Contract is entered into.