Section one: Contracting authority
one.1) Name and addresses
Department for Education
Sanctuary Buildings, 20, Great Smith Street
London
SW1P 3BT
Contact
Please use Jaggaer
Calum.ZIELINSKI@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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://education.app.jaggaer.com
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://education.app.jaggaer.com/
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
http://education.app.jaggaer.com/
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
National Centre of Computing Education
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Department for Education (DfE) is inviting bids for a lead supplier to deliver the programme the National Centre of Computing Education 2 (“NCCE 2”).
The NCCE 2 programme aims to improve the quality of computing teaching for primary and secondary state-maintained schools and colleges in England. This will be delivered through a network of computing hubs providing continuous professional development (CPD) for teachers, events for teachers and pupils, delivery of digital products including GCSE and A level online platforms and teacher resources, school engagement, stakeholder and sector expertise and a programme management office to ensure that the NCCE 2 provides a clear and joined up computing education offer for schools, teachers and pupils.
two.1.5) Estimated total value
Value excluding VAT: £22,540,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80100000 - Primary education services
- 80200000 - Secondary education services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Department for Education (DfE) is inviting bids for a lead supplier to deliver the programme the National Centre of Computing Education 2 (“NCCE 2”).
The NCCE 2 programme aims to improve the quality of computing teaching for primary and secondary state-maintained schools and colleges in England. This will be delivered through a network of computing hubs providing continuous professional development (CPD) for teachers, events for teachers and pupils, delivery of digital products including GCSE and A level online platforms and teacher resources, school engagement, stakeholder and sector expertise and a programme management office to ensure that the NCCE 2 provides a clear and joined up computing education offer for schools, teachers and pupils.
The programme delivery compromises a package of interrelated functions. The overall programme will be delivered via a contract and the contract will include the administration and management of grants to support the hub network and a grant claims service. The funding values associated with the grant elements are not included in the overall contract value, as the grant elements will require funding drawn down from DfE. This is further explained in the Invitation to Tender documentation.
The overall programme delivery is through a contract, which will include:
1. Mobilisation and set up of NCCE 2
2. Programme management and co-ordination to ensure a seamless experience for teachers, schools and pupils
3. Grant administration of an existing network of computing hub schools and colleges and their satellites
4. Delivery and support of CPD to teachers in state-maintained schools and events for teachers and pupils
5. Delivery of digital products and resources, including online platforms for GCSE and A level Computer Science and teacher resources
6. Stakeholder expertise and engagement to enhance the experience of computing education in schools in England
7. Providing subject matter expertise and industry outreach (representing the NCCE 2 programme and feedback to the DfE)
8. Social value
The DfE undertook market engagement activity in September and October 2021 for interested organisations to learn more about its delivery objectives and to provide insight into the new programme. The DfE will be seeking bid proposals from individual organisations or consortia to deliver this programme.
The contract start date will be 4th November 2022 to allow for the set up and mobilisation period, and the handover of the existing programme from the NCCE 1 supplier including transfer of assets and knowledge. This will require working collaboratively with the incumbent supplier whose contract will end on 31st March 2023. The set up and mobilisation period for NCCE 2 will end on 31st March 2023.
The contract commencement date for the NCCE 2 will be 1st April 2023. This is when 'business as usual’ delivery for the NCCE 2 programme will commence. The DfE has allowed up to £1 million for the set up and mobilisation period, and the criteria for this is detailed in the Invitation to Tender documentation.
The initial contract period is for the 1st April 2023 to 31st August 2025 with a value of £21.54 million (this excludes the set up costs). This includes a five month period of delivery between April to August 2025 which is subject to further internal approvals. Subject to performance and approvals through departmental governance, the DfE may extend the contract by up to one year to 31st August 2026, with an additional value of up to, and not exceeding, £14.3 million.
The total estimated value is made up of:
• Set up and mobilisation costs capped at £1 million for the period 4th November 2022 to 31st March 2023
• The approved contract value for the initial term at £21.54 million for the period 1st April 2023 to 31st August 2025. (The period covering April 2025 to August 2025 will be subject to further internal approvals)
Continued in additional information section...
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: £22,540,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2023
End date
31 August 2025
This contract is subject to renewal
Yes
Description of renewals
The intention is for the contract to be re-procured following the end of this contract
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Suitability as stated in the procurement documents
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
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
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: 2021/S 000-022467
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 May 2022
Local time
11:59pm
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
3 July 2022
Local time
11:59pm
Information about authorised persons and opening procedure
Please see tender documentation
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Spring 2025
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/department-for-education
six.4.2) Body responsible for mediation procedures
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Please see tender documents
six.4.4) Service from which information about the review procedure may be obtained
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Country
United Kingdom