Opportunity

Career Changer Teacher Training Programme 2022/23

  • Department for Education

F02: Contract notice

Notice reference: 2021/S 000-013972

Published 18 June 2021, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

Department for Education

Sanctuary Buildings, 20, Great Smith Street

London

SW1P 3BT

Email

itt.careerchangers@education.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/dfe

Buyer's address

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

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

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/web/login.html

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

Career Changer Teacher Training Programme 2022/23

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Secretary of State for Education, through the Department for Education (the Authority) is undertaking a procurement to appoint a contractor to deliver a single national (England) contract (the "Contract"), for the provision of the Career Changer Programme ("the Programme").

The Contract will require recruitment of and delivery of transitional support to two cohorts (the "2022 Cohort" and the "2023 Cohort") of career changers. The contractor will be required to commence the recruitment activities for the 2022 Cohort on or before October 2021.

The Initial Contract Period shall commence on the date on which the contractor begins to deliver the services and shall expire in October 2025, subject to earlier termination in accordance with the provisions of the Contract with an option, at the Authority's discretion, to extend the Contract for a further period of up to a maximum of 12 months in duration.

two.1.5) Estimated total value

Value excluding VAT: £4,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80500000 - Training services

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 Authority is seeking to appoint a contractor to deliver a single national (England) contract for the provision of the Programme.

The Government believes that all pupils, regardless of birth or background, should receive an excellent education wherever they are. Central to this is ensuring all schools throughout England have access to high-quality teachers.

The Programme will secure a stream of highly experienced career changers into teaching and contribute to the age diversity of new entrants to Initial Teacher Training (ITT). The contractor will attract, recruit and support experienced career changers who have a substantial career, significant previous employment and industry experience and might not otherwise have considered teaching.

The contractor will design and develop a national (England) programme that will support participants to make a successful transition into teaching, provide added value in the schools where they are placed drawing on their prior experience and expertise and retain participants in the profession once trained.

The key objectives of the Programme are to:

- Attract, recruit, support and retain experienced career changers who would not otherwise have joined the profession, into priority subject vacancies in secondary schools throughout England.

- Support experienced career changers to realise their potential in regard to the added value they can bring into schools.

The Contractor will not be expected to deliver ITT. Any potential solution would need to wrap around an existing ITT course leading to Qualified Teacher Status delivered by an accredited ITT provider. This exercise is not establishing new ITT, nor is it accrediting new ITT provision.

The contractor is required to design, develop, and deliver a high quality and bespoke Programme to deliver the following services which are described further in the Procurement Documents:

- Attraction of Candidates

- Candidate Recruitment and Selection

- Participant Placement

- Participant Retention and Ongoing Support

- Contractor Management Information

- Programme Evaluation

- Continuous Improvement

- Data Management and Security

- Contractor Performance Management

- Contractor Assurance

- Implementation and Resourcing

- Demobilisation and Exit Planning

The Authority expects to award the Contract by the end of September 2021, with the activities to attract, recruit and select candidates for the Programme to commence on or before October 2021.

The Contract will require recruitment of and delivery of transitional support to two cohorts (the "2022 Cohort" and the "2023 Cohort") of career changers. The contractor will be required to commence the recruitment activities for the 2022 Cohort on or before October 2021.

The two cohorts shall commence the training element of the Programme as follows:

- The 2022 cohort to start Year 1 of the Programme in September 2022 and Year 2 of the Programme, employed as a newly qualified teacher, by September 2023; and

- The 2023 cohort to start Year 1 of the Programme in September 2023 and Year 2 of the Programme, employed as a newly qualified teacher by September 2024;

The 2022 Cohort shall complete the Programme by August 2024 and the 2023 Cohort by August 2025.

The Authority anticipates that Contract exit activity for the Initial Contract Period shall be completed by October 2025.

The estimated contract value of the Contract (including any possible extension period) is anticipated to be -four million five hundred thousand pounds.

Further detail in relation to the estimated contract value of the Contract is set out in the Tendering Instructions. The estimated total contract value set out in this notice is not guaranteed and is based on the best information available to the Authority at this time.

Interested organisations are referred to the Procurement Documents for further information on the description of the procurement, the Contract and the Authority's needs and requirements.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

1 September 2021

End date

31 October 2025

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There will be an option for the Authority at its discretion to extend the Contract on written notice for a further period of up to a maximum of 12 months in duration as set out in the Contract. If exercised, this period would allow for the delivery of an additional one (the 2024 Cohort) and related exit activity. The options to extend the Contract will be solely at the Authority's discretion and will be subject to satisfactory contractor performance, Ministerial approval and availability of funding.

If the option to extend is exercised by the Authority, the 2024 Cohort to start Year 1 of the Programme in September 2024 and Year 2 of the Programme, employed as a newly qualified teacher, by September 2025

The 2024 Cohort shall complete the Programme by August 2026.

The Authority anticipates that there would be a period of 2 months of contract exit activity, which would end by October 2026 (if extended for the 2024 Cohort).

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As set out 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 000-009776

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

Date

19 July 2021

Local time

12:00pm

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

four.2.7) Conditions for opening of tenders

Date

19 July 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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 Authority is using the Open Procedure with Negotiation in accordance with Regulation 27 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. Interested organisations should note that the provisions of EU Council Directive 2001/23/EC March 2001 (TUPE) may apply on award of this Contract. Further information is available at paragraph 56 of Document 1 (Tendering Instructions) in the Procurement Documents however interested organisations should seek their own advice in relation to the application of TUPE. The Authority offers no assurance in respect of the operation, effect or impact of TUPE on the Contract.

3. The Authority will be holding a supplier event for interested organisations on 23 June 2021. Interested organisations must register for their attendance at this event through the Jaggaer portal as set out at in paragraph 13 of the Tendering Instructions.

4. Interested economic operators (Potential Suppliers) are required to register on the Authority'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.

5. 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.

6. The Authority reserves the right to withdraw from or discontinue the procurement process, which shall include the right to not award the Contract as a result of this call for competition.

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

8. 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 Authority may use its discretion to redact information to protect key commercial interests or on prescribed grounds (see Tendering Instructions in the Procurement Documents).

9. The Authority 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 Authority.

six.4) Procedures for review

six.4.1) Review body

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

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 tenderers. 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 the Potential Supplier was 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 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 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.