Opportunity

Procurement of a contractor to establish and operate the Institute of Teaching

  • Department for Education

F02: Contract notice

Notice reference: 2021/S 000-008281

Published 19 April 2021, 10:55pm



The closing date and time has been changed to:

18 June 2021, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Department for Education

Sanctuary Buildings, 20, Great Smith Street

London

SW1P 3BT

Email

instituteofteaching@education.gov.uk

Country

United Kingdom

NUTS 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

Procurement of a contractor to establish and operate the Institute of Teaching

two.1.2) Main CPV code

  • 80300000 - Higher education services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department is seeking to appoint a Contractor under a framework agreement to establish and operate an institute of teaching (the "Institute"). This Institute will become England's flagship teacher and leader development provider, exemplifying delivery of Initial Teacher Training (ITT), the Early Career Framework (ECF), National Professional Qualifications (NPQs) and the National Leaders of Education (NLE) development programme. The Institute will also support other organisations to understand and implement best practice and evidence in teacher development delivery.

The Framework Agreement will commence on or around 18/02/2022 and last for a duration of 6 years; the Department being satisfied that there are exceptional circumstances related to new and unique nature of the Institute that justify this duration.

The Department anticipates awarding a number of Call-off Contracts under the Framework Agreement first for Establishment and Mobilisation and of the Institute and ITT requirements and thereafter for other Services as set out above. The Call-off Contracts may vary in duration but may last up to 36 months. The Call-off Contracts may be extended, wholly at the Department’s discretion, to a maximum period of not more than a duration equal to their original terms.

two.1.5) Estimated total value

Value excluding VAT: £121,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

England

two.2.4) Description of the procurement

The Department's vision for the Institute is to be England's flagship training and development provider, giving a new generation of teachers and leaders the expertise they need to drive up standards in our schools. Opening in September 2022, it will be the first organisation of its kind, designing and delivering a coherent teacher development pathway from trainee through to executive headship and system leadership.

The Institute will be led by a world-leading faculty of expert teacher educators and base its teacher development on the best available research evidence about 'what works', as set out in the ITT, ECF, NPQ and NLE frameworks.

Learning ever more about the most effective and efficient methods to develop trainees, teachers and leaders is critical to the success of the Department’s teacher development reforms. The Institute will use its national profile to ensure that teacher development in England goes from strength to strength. It will receive additional funding to strengthen and develop the evidence base on how to train and develop teachers most effectively. In doing this, the Institute will work in collaboration with other organisations, including the new Teaching School Hubs, so the whole sector can improve together.

The Institute will have two principal roles:

• Exemplifying how to deliver ITT, the ECF, NPQs, and the NLE development programmes as part of one coherent teacher development pathway from trainee through to executive headship and system leadership. The Institute will have a particular focus on how these programmes can be delivered for maximum impact. It will use expert understanding of evidence to inform and implement effective delivery approaches, create a world-leading faculty of subject specialists and expert teacher educators, and develop models of school partnership and placement that maximise the impact of school-based training experiences. More information about the requirements for the Institute's "exemplary delivery" is included in the Service Specification, as part of the tender documents.

• Supporting other organisations to understand and implement best practice and evidence in teacher development delivery. As part of this role, the Institute will work collaboratively across the teacher development sector to: contribute to the development of the teacher development evidence base by conducting primary research; synthesise and translate existing evidence; and expertly communicate the practical implications of research to the sector, supporting the ongoing improvement of the teacher development sector.

The Institute will be a national organisation that operates through at least four regional campuses, with delivery of programmes commencing from September 2022. The Institute will not be based in London, although one of its campuses might operate there. At least one of its campuses will be located in the North of England. It will be an independent body with a separate legal entity from the supplier or suppliers that are appointed to establish and run it, and from the Department.

The Institute will begin its set up and participant recruitment in early 2022 and operate most of its core functions by September 2022. The first Institute cohorts for the ECF and NPQ delivery will commence training in September 2022. The Institute will deliver a Pilot Cohort of ITT in September 2022 and expanded delivery of ITT cohorts will commence from September 2023. The Institute will commence delivery of the NLE development programme during the 2022/23 academic year, with the delivery timetable agreed through negotiation.

The Institute will register as a Higher Education Provider with the Office for Students in order to acquire Degree Awarding Powers. This will give the Institute the ability to independently award its own Postgraduate Certificates in Education (PGCEs) and validate the PGCEs of other HE Providers.

Further information can be found within the tender documents https://education.app.jaggaer.com

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: £121,000,000

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

Duration in months

72

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 3

Objective criteria for choosing the limited number of candidates:

3 candidates will be invited to negotiation. The objective criteria is as set out in the procurement documents.

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

List and brief description of selection criteria

Selection criteria as set out in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as set out in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

Originally published as:

Date

4 June 2021

Local time

12:00pm

Changed to:

Date

18 June 2021

Local time

12:00pm

See the change notice.

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: 9 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

1. The Public Contracts Regulations 2015 apply to this procurement (the “Regulations”). The Department is using a form of the Competitive Procedure with Negotiation in accordance with Regulation 29 of the Regulations. Services of the nature of those covered by this procurement are designated as “Schedule 3” Services (the Social and Other Specific Services) under the Regulations and as such are not subject to the full requirements of the Regulations. The Authority is only bound by the application of the Regulations to the extent that they are applicable to Schedule 3 services. The procurement is covered by Regulations 74 to 76 (the Light Touch Regime).

2. The Department will be holding a two supplier Events for interested organisations on 28 and 29 April 2021. Potential Suppliers must register for their attendance at this event through the Department’s e-tendering portal at https://education.app.jaggaer.com.

3. Interested Potential Suppliers are required to register on Department’s e-tendering portal. Potential Suppliers 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.

4. Potential Suppliers are referred to the Procurement Documents accompanying this Contract Notice for additional information on this procurement and in relation to this Contract Notice.

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

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

7. HM Government requires that contracts awarded by Government Departments with a value exceeding 10000 GBP are published online (http://www.gov.uk/contracts-finder). The Department may use its discretion to redact information to protect key commercial interests or on prescribed grounds (see SSQ Instructions for Potential Suppliers in the Procurement Documents).

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

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

The Department will incorporate a voluntary minimum 10 calendar day standstill period at the point information on the award of the Framework Agreement is communicated to Potential Suppliers. Potential Suppliers who are unsuccessful shall be informed by the Department 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 Framework Agreement 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 rules 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 Department 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 Framework Agreement is entered into.