Contract

ID 4458407 DE - Standardisation of Pre-School Education Programme Scoping Study

  • Department of Education

F03: Contract award notice

Notice identifier: 2023/S 000-005978

Procurement identifier (OCID): ocds-h6vhtk-0395b4

Published 1 March 2023, 11:49am



Section one: Contracting authority

one.1) Name and addresses

Department of Education

Rathgael House, Balloo Road

Bangor

BT19 7NA

Email

DE.DEWebMail@education-ni.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

ID 4458407 DE - Standardisation of Pre-School Education Programme Scoping Study

Reference number

4458407

two.1.2) Main CPV code

  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security

two.1.3) Type of contract

Services

two.1.4) Short description

The Department of Education (DE) is working towards standardisation of the DE Pre-school Education Programme (PSEP) throughout Northern Ireland. The overall aim of the contract is to appoint a Contractor to conduct a research study that will: • provide an analysis of the current state of readiness of individual PSEP settings of moving to a minimum of 22.5 hours per week standardised offer, including identifying opportunities for greater alignment of other aspects of PSEP; • examine the current training and qualification requirements within PSEP and provide costed options for a programme of CPD; and • examine the current advice and support available within PSEP and provide costed options for models of delivering advice and support.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £195,639

two.2) Description

two.2.2) Additional CPV code(s)

  • 79400000 - Business and management consultancy and related services
  • 79600000 - Recruitment services
  • 79420000 - Management-related services
  • 79410000 - Business and management consultancy services
  • 73210000 - Research consultancy services
  • 79419000 - Evaluation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

two.2.4) Description of the procurement

The Department of Education (DE) is working towards standardisation of the DE Pre-school Education Programme (PSEP) throughout Northern Ireland. The overall aim of the contract is to appoint a Contractor to conduct a research study that will: • provide an analysis of the current state of readiness of individual PSEP settings of moving to a minimum of 22.5 hours per week standardised offer, including identifying opportunities for greater alignment of other aspects of PSEP; • examine the current training and qualification requirements within PSEP and provide costed options for a programme of CPD; and • examine the current advice and support available within PSEP and provide costed options for models of delivering advice and support.

two.2.5) Award criteria

Quality criterion - Name: AC1 - Proposed Methodology - Current state of sector for moving to standardised PSEP / Weighting: 10.4

Quality criterion - Name: AC2 - Proposed Methodology - Training and qualification requirements of the workforce to provide a high quality standardised PSEP / Weighting: 10.4

Quality criterion - Name: AC3 - Proposed Methodology - Analysis of the advice and support available to all PSEP and costed options for providing consistent and high-quality advice and support to all PSEP settings to support delivery of a standardised offer / Weighting: 10.4

Quality criterion - Name: AC4 - Lead Consultant Experience / Weighting: 10.4

Quality criterion - Name: AC5 - Team Experience / Weighting: 17.6

Quality criterion - Name: AC6 - Contract and Contingency Management / Weighting: 10.4

Quality criterion - Name: AC7 - Social Value / Weighting: 10.4

Cost criterion - Name: AC8 Total Contract Price / Weighting: 20

two.2.11) Information about options

Options: Yes

Description of options

Following the initial contract period there is one option to extend for up to six months

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: 2023/S 000-000454


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 February 2023

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

RSM UK Consulting LLP

NUMBER ONE LANYON QUAY

BELFAST

BT13LG

Email

tenders.pacec.nir@rsmuk.com

Telephone

+44 2890234343

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £200,000

Total value of the contract/lot: £195,639


Section six. Complementary information

six.3) Additional information

Contract Monitoring. The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering.... on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach.... satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach.... satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs.... and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave.... professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated..... The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions.... being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a.... period of twelve months from the date of issue of the certificate.

six.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended

Belfast

Country

United Kingdom