Tender

DE - Trends in International Mathematics and Science (TIMSS) 2023

  • Department of Education

F02: Contract notice

Notice identifier: 2021/S 000-026176

Procurement identifier (OCID): ocds-h6vhtk-02edad

Published 19 October 2021, 4:45pm



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

Email

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.