Opportunity

The National Fast Track Child and Family Social Work Training Programme

  • Department for Education

F02: Contract notice

Notice reference: 2022/S 000-014783

Published 26 May 2022, 4:06pm



Section one: Contracting authority

one.1) Name and addresses

Department for Education

Sanctuary Buildings Great Smith Street

London

SW1P 3BT

Contact

Chloe Lewis 

Email

fast.track@education.gov.uk

Telephone

+44 12345678

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

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

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The National Fast Track Child and Family Social Work Training Programme

two.1.2) Main CPV code

  • 80400000 - Adult and other education services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority wishes to procure a supplier to design and deliver a high quality, specialised, fast track child and family social work education programme with the objective of enhancing the knowledge and skills most needed in front line child protection social work, and providing a pipeline of high-quality social workers across English Local Authorities (“LA").

The successful Contractor will be responsible for the recruitment, training and support of Participants to enable them to become effective and specialised child and family social workers. This is in furtherance of the Government’s aim to ensure that there is a highly capable social worker for every child and family in England who needs one.

The Programme will commence on or around 1 September 2023 and last for an initial period of up to 3 cohorts, lasting up to a maximum of 5 years each, with the first cohort of participants qualifying between September 2025 and Aug 2026 and each cohort running concurrently. The option to extend by up to 2 additional cohorts will be solely at the Authority’s discretion and will be subject to satisfactory Contractor performance, Ministerial approval, and the availability of funding

two.1.5) Estimated total value

Value excluding VAT: £54,700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 75100000 - Administration services
  • 79340000 - Advertising and marketing services
  • 79600000 - Recruitment services
  • 80300000 - Higher education services
  • 85300000 - Social work and related services

two.2.3) Place of performance

NUTS codes
  • UKC - North East (England)
  • UKD - North West (England)
  • UKE - Yorkshire and the Humber
  • UKF - East Midlands (England)
  • UKG - West Midlands (England)
  • UKH - East of England
  • UKI - London
  • UKJ - South East (England)
  • UKK - South West (England)

two.2.4) Description of the procurement

The Authority is procuring the Services using a light touch procedure which is based on the competitive procedure with negotiation.

Potential Suppliers must submit their Initial Tenders with their SSQ responses.

Full instructions in relation to the preparation and submission of SSQs and Initial and Final Tenders are set out in the Volume 1 (SSQ and SSQ Instructions for Potential Suppliers) and Volume 2 (ITPN) of the Procurement Documents.

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: £54,700,000

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

Start date

1 September 2022

End date

31 October 2030

This contract is subject to renewal

Yes

Description of renewals

Up to a maximum of 2 cohorts based on a cohort by cohort basis.

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

two.2.14) Additional information

N/A


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

For full instructions in relation to the performance of the Contract Potential Suppliers are referred to Volume 3 (Conditions of Contract)

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Competitive procedure with negotiation

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 000-031334

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

Date

22 August 2022

Local time

5:00pm

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)


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

The Services that are the subject of this procurement are captured by PCR 2015 Chapter 3, Section 7 (Social and Other Specific Services); the so called “Light Touch Regime.

The Authority is procuring this requirement using the Competitive Procedure with Negotiation (“CPN”) as set out in Regulation 29 but with amendments. A CPN would usually be conducted by way Potential Suppliers submitting an SSQ. Following the evaluation of those SSQs, shortlisted Potential Suppliers would be invited to submit their Initial Tender, and these would be evaluated prior to negotiation commencing. Whilst the Authority intends to conduct this procurement process in accordance with those principles, in the sequencing in which it will undertake evaluation of SSQs and thereafter Initial Tenders, Potential Suppliers should note that, in this instance, they will be required to submit their Initial Tender with their SSQ Response and by the same deadline.

The Authority intends to run a Potential Supplier Event in the week commencing 6 June 2023 to provide further clarity on the requirements of the Contract. Details of how to register for this event can be found @ https://www.eventbrite.co.uk/e/dfe-fast-track-to-social-work-procurement-launch-event-tickets-344231645117

In addition to this event the Authority also intends to run further event(s) in the week commencing 13 June 2023. The additional event(s) will be offered to provide Potential Suppliers with:

Greater clarity on the design of the Pricing Schedule and on how to complete it to the required standard. Details of how to register for this event can be found @ https://www.eventbrite.co.uk/e/dfe-ftsw-capability-session-pricing-schedule-tickets-344234814597

An understanding of what to expect when negotiating with a Public Sector body and advice on how to approach responding to the technical requirements of a Public Sector tender to maximise your opportunity of success. Details of how to register for this event can be found @ https://www.eventbrite.co.uk/e/dfe-ftsw-capability-session-negotiation-and-technical-questions-tickets-344237432427

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.

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

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.

The Transfer of Undertakings (Protection of Employment) Regulation 2006 may apply to these Services. Potential Suppliers should refer to paragraph 10 of Volume 2 (ITPN) for further information.

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.

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 Volume 1 (SSQ Instructions for Potential Suppliers) in the Procurement Documents).

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 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.