Tender

Procurement of Providers for the National Professional Qualification (NPQ) for Special Education Needs Coordinators (SENCOs) Framework

  • Department for Education

F02: Contract notice

Notice identifier: 2023/S 000-026659

Procurement identifier (OCID): ocds-h6vhtk-03f726

Published 8 September 2023, 2:35pm



Section one: Contracting authority

one.1) Name and addresses

Department for Education

Sanctuary Buildings, 20, Great Smith Street

London

SW1P 3BT

Email

ash.somerville@education.gov.uk

Telephone

+44 3700002288

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/department-for-education

Buyer's address

https://education.app.jaggaer.com

one.3) Communication

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

https://education.app.jaggaer.com

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

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

Procurement of Providers for the National Professional Qualification (NPQ) for Special Education Needs Coordinators (SENCOs) Framework

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Department is seeking to appoint new lead providers under a framework agreement to deliver the National Professional Qualifications (NPQ) for Special Education Needs Coordinators (SENCOs). The successful providers will deliver the NPQ for SENCOs on this new framework agreement alongside providers appointed to the Department’s existing framework agreements to deliver NPQ services.

The framework agreement is anticipated to be awarded in January 2024 and will expire on 14 April 2028; The termination date aligns to the expiry date of the Department's existing framework for the provision of similar services and justifies the proposed period of the framework agreement.

The estimated total value of the framework agreement is £15,000,000 (excluding VAT).

two.1.5) Estimated total value

Value excluding VAT: £15,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

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)
Main site or place of performance

England

two.2.4) Description of the procurement

Services - Please refer to procurement documents for full 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

Duration in months

52

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: 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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Department is seeking to appoint Providers to deliver the National Professional Qualification (NPQ) for Special Educational Needs Co-ordinators (SENCOs). Given the importance of this qualification, in addition to seeking Providers via an open process under the Public Contracts Regulations 2015, the Department is proposing to procure additional capacity to deliver the qualification via the National Institute of Teaching (NIoT) and the NPQ Framework.

There is no cap on the number of providers that can be on the new framework agreement, providing that they meet the requirements as set out in the invitation to tender. The documents for which can be accessed via the Department’s eSourcing portal, Jaggaer.

Background

Delivering on the commitments set out in the Teacher Recruitment and Retention Strategy (which can be found at https://www.gov.uk/government/publications/teacher-recruitment-and-retention-strategy), the Department has developed a suite of specialist and leadership NPQs to complete the golden thread of support, training and development available through a teacher’s entire career.

In the SEND and AP Improvement Plan, published in March 2023, the Department announced the decision to replace the current National Award for SEN Co-ordination (NASENCO) with a new leadership level NPQ for SENCOs as the mandatory qualification for SENCOs. First teaching of the new NPQ will begin in Autumn 2024.

The National Professional Qualifications (NPQs) provide training and support for teachers and school leaders at all levels, from those who want to develop expertise in high-quality teaching practice. The NPQ frameworks continue the robust method of design and development, building on the evidence base and expert guidance already established in the Early Career Framework (ECF) and the Initial Teacher Training (ITT) Core Content Framework.

Since September 2020, new trainee teachers benefit from the new minimum entitlement set out in the ITT Core Content Framework, describing the fundamental knowledge and skills that all new entrants to the profession need to teach and support all children effectively. The Early Career Framework (ECF) entitles all early career teachers (ECTs) in England to access high quality professional development at the start of their career. Together with the NPQs, they complete the golden thread, running from initial teacher training through to school leadership, rooting teacher and school leader development in the best available evidence and collective wisdom of the profession.

The Department has developed and published a Content Framework outlining what the curricula of the NPQ for SENCOs must cover to enable SENCOs to understand and effectively perform their role in accordance with the statutory system and SEND Code of Practice:

https://www.gov.uk/government/publications/national-professional-qualificationsframeworks-from-september-2021

Requirements

Providers appointed to the framework agreement will be responsible for designing and delivering the required Services for the NPQ for SENCOs (as outlined in Section 2A and 2B of the Service Requirements) under Call Off Contracts.

Successful Providers will be awarded a minimum of one Call Off Contract that covers the requirement to set up and mobilise the programme, including design curriculum content, as well as develop and host a User Digital Platform.

The curriculum content developed by Providers must cover all the knowledge and skills included in the Content Framework. The successful providers will be required to commence set up activity and mobilise in time to deliver training to the first cohorts for the NPQ for SENCOs in October 2024.

Full details of how to Tender and the Service Requirements can be found in the Procurement Documents which are available for download after expressing interest in the opportunity. Potential Providers should express their interest via the Department’s eSourcing portal, Jaggaer, here: https://education.app.jaggaer.com

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.2.3) 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

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

Please see section II Scope of the Procurement for justification.

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 000-025144

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

Date

3 November 2023

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

four.2.7) Conditions for opening of tenders

Date

3 November 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The Public Contracts Regulations 2015 apply to this procurement (the “Regulations”). The Authority is basing it's procedure on the Open Procedure set out in 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).

Educational establishments that meet with the criteria listed below will be entitled (but not obliged) to access the framework at any time during the Contract Period.

Academy 16 to 19 sponsor led

Academy 16-19 converter

Academy alternative provision converter

Academy alternative provision sponsor led

Academy converter

Academy special converter

Academy special sponsor led

Academy sponsor led

City technology college

Community school

Community special school

Foundation school

Foundation special school

Free schools

Free schools 16 to 19

Free schools alternative provision

Free schools special

Further education

Local authority

Local authority nursery school

Non-maintained special school

Pupil referral unit

Secure units

Service children’s education

Sixth form colleges/ sixth form centres

Special post 16 institution

Studio schools

University technical college

Voluntary aided school

Voluntary controlled school

British schools overseas

Higher education institutions

Independent schools

Welsh establishment

Offshore schools

Other independent school

Other independent special school

Institution funded by other Government Department

Other international schools*

Further information, including the ECF and NPQ service requirements, can be found within the tender documents available at https://education.app.jaggaer.com/

six.4) Procedures for review

six.4.1) Review body

High Court

High Court, Royal Courts of Justice, The Strands London

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Department will incorporate a voluntary minimum 10 calendar day standstill period at the point information on the award of the Framework Agreement is communicated to Potential Providers. Potential Providers who are unsuccessful shall be informed by the Department 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 Framework Agreement has not been successfully resolved, The Public Contracts Regulations 2015 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 Department 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 Framework Agreement is entered into.