Contract

Delivery of National Reference Tests from 2025

  • Ofqual

F03: Contract award notice

Notice identifier: 2024/S 000-023023

Procurement identifier (OCID): ocds-h6vhtk-034c5e

Published 24 July 2024, 1:25pm



Section one: Contracting authority

one.1) Name and addresses

Ofqual

Floor 2, Friargate, One Station Square

Coventry

CV1 2GN

Contact

David Thomas

Email

david.thomas@ofqual.gov.uk

Telephone

+44 7946672370

Country

United Kingdom

NUTS code

UKG33 - Coventry

Internet address(es)

Main address

http://ofqual.gov.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA29088

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

Delivery of National Reference Tests from 2025

Reference number

OF923

two.1.2) Main CPV code

  • 80200000 - Secondary education services

two.1.3) Type of contract

Services

two.1.4) Short description

To provide the National Reference Tests (NRT) in England on behalf of Ofqual. The National Reference Tests provide evidence for Ofqual on changes in performance standards over time in GCSE English Language and Mathematics in England at the end of Key Stage 4.

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: £12,998,997

two.2) Description

two.2.2) Additional CPV code(s)

  • 80200000 - Secondary education services

two.2.3) Place of performance

NUTS codes
  • UKG33 - Coventry
Main site or place of performance

Coventry

two.2.4) Description of the procurement

In June 2022, Ofqual published a Prior Information Notice (PIN) advising the market of the intent to procure a supplier of the National Reference Tests for the 2025 to 2029 test years, with an option to extend the contract up to 3 further years. A public contract regulations restricted competition procurement process was used. Possible suppliers were shortlisted at stage 1 and only those which showed relevant skills and sufficient experience were invited to tender. At the second stage, suppliers proposed their solution to the stated need and bids were evaluated against Authority requirements using the weightings and scoring guide disclosed in the invitation to tender. The contract was awarded to the supplier who submitted the solution with the highest overall score.

two.2.5) Award criteria

Quality criterion - Name: Method statements / Weighting: 70

Price - Weighting: 30

two.2.11) Information about options

Options: Yes

Description of options

Following the initial contract period, and subject to minimum notice being provided as per contract, the Buyer may choose to extend the contract by 3 x 12 month periods, reviewed annually and subject to Supplier agreement via the agreed change/variation process.

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

This procurement is exempt from VAT


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted 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 000-002162


Section five. Award of contract

Contract No

OF923

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 June 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 2

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

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

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

five.2.3) Name and address of the contractor

The National Foundation for Educational Research in England and Wales

The Mere, Upton Park

Slough

SL1 2DQ

Country

United Kingdom

NUTS code
  • UKG33 - Coventry
The contractor is an SME

Yes

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

Total value of the contract/lot: £12,998,997

five.2.5) Information about subcontracting

The contract is likely to be subcontracted


Section six. Complementary information

six.3) Additional information

This procurement is VAT exempt.

This Contract will include ongoing strategic development and delivery of the National Reference Tests on an annual basis up to and including the Tests in 2029; the contract may be extended at Ofqual's discretion for any period up to a maximum of 3 years to include the delivery of the Tests in 2030, 2031 and 2032.

(MT Ref:232365)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit