Section one: Contracting authority
one.1) Name and addresses
Department of Education
Rathgael House, Baloo Road
BANGOR
BT19 7PR
Contact
ssdadmin.cpdfinance-ni.gov.uk
ssdadmin.cpd@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
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
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps
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
DE - Trends in International Mathematics and Science (TIMSS) 2023
Reference number
3657041
two.1.2) Main CPV code
- 73110000 - Research services
two.1.3) Type of contract
Services
two.1.4) Short description
TIMSS has been conducted every four years since 1995. Northern Ireland has participated since TIMSS 2011 and TIMSS 2023 will be the fourth cycle of TIMSS Northern Ireland will have participated in. For the 2023 cycle TIMSS will transition to the electronic based assessment version of the study, eTIMSS. The student contextual questionnaire will also be delivered electronically which was initiated in TIMSS 2019. Tenderers should be aware of and reflect the methodology set out by the study organisers the IEA (see Annexes 1 and 2) and approved by the Department, in their tenders. Tenderers should pay particular attention to: • Sampling methodology; • School and pupil participation rates; • Pupil assessment mode; • Contextual questionnaires mode(s); and • Study administration procedures. For each of the above referenced aspects of the delivery of TIMSS 2023, tenderers should note that the NRC will be responsible for ensuring that the requirements of the IEA, as the study organisers, are met.
two.1.5) Estimated total value
Value excluding VAT: £750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 73210000 - Research consultancy services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
TIMSS has been conducted every four years since 1995. Northern Ireland has participated since TIMSS 2011 and TIMSS 2023 will be the fourth cycle of TIMSS Northern Ireland will have participated in. For the 2023 cycle TIMSS will transition to the electronic based assessment version of the study, eTIMSS. The student contextual questionnaire will also be delivered electronically which was initiated in TIMSS 2019. Tenderers should be aware of and reflect the methodology set out by the study organisers the IEA (see Annexes 1 and 2) and approved by the Department, in their tenders. Tenderers should pay particular attention to: • Sampling methodology; • School and pupil participation rates; • Pupil assessment mode; • Contextual questionnaires mode(s); and • Study administration procedures. For each of the above referenced aspects of the delivery of TIMSS 2023, tenderers should note that the NRC will be responsible for ensuring that the requirements of the IEA, as the study organisers, are met.
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: £750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
46
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
The Authority reserves the right to extend the contract for a further period of up to 6 months.
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.1.3) Technical and professional ability
Selection criteria 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.2.2) Time limit for receipt of tenders or requests to participate
Date
22 November 2021
Local time
3:00pm
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
Tender must be valid until: 20 February 2022
four.2.7) Conditions for opening of tenders
Date
22 November 2021
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a certificate of unsatisfactory performance and the contract may be terminated. The issue of a certificate of unsatisfactory. Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of 12 months from the date of issue of the certificate. . . The authority expressly reserves the rights:.. (i) not to award any contract as a result of the procurement. process commenced by publication of this notice;. . (ii) to make whatever changes it may see fit to the content and structure of the. tendering competition;. . (iii) to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and. . (iv) to award contract(s) in. stages. In no circumstances will the authority be liable for any costs incurred by candidates.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures.
Bangor
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures:.. . Department of Education and CPD will comply with the Public Contracts Regulations 2015. and, where appropriate, will incorporate a standstill period (i.e. a minimum of. 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract. is entered into.