Opportunity

Curriculum for Wales Formative Evaluation

  • Llywodraeth Cymru / Welsh Government

F02: Contract notice

Notice reference: 2023/S 000-029854

Published 10 October 2023, 3:28pm



Section one: Contracting authority

one.1) Name and addresses

Llywodraeth Cymru / Welsh Government

Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Parc Cathays / Cathays Park

Caerdydd / Cardiff

CF10 3NQ

Contact

Corporate Procurement Services

Email

cpsprocurementadvice@gov.wales

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://gov.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

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://etenderwales.bravosolution.co.uk/web/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/web/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/web/

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Curriculum for Wales Formative Evaluation

Reference number

C072/2023/2024

two.1.2) Main CPV code

  • 73110000 - Research services

two.1.3) Type of contract

Services

two.1.4) Short description

The Welsh Government seeks to contract for a formative evaluation of the Curriculum for Wales which will provide us with the broad qualitative and quantitative picture of how the reforms are working, how practice is changing and how these changes are being experienced by practitioners, learners and their families. Each year it will include a limited number deep dive investigations to give us a more detailed understanding of specific priority curriculum elements or parts of the system.

two.1.5) Estimated total value

Value excluding VAT: £2,250,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79310000 - Market research services
  • 79311400 - Economic research services
  • 79315000 - Social research services
  • 79419000 - Evaluation consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Curriculum for Wales is the cornerstone of the Welsh Government’s efforts to reform education in Wales and build an education system that raises educational standards and enjoys public confidence. The four purposes of the curriculum are the starting point and aspiration for every child and young person in Wales.

Under the reforms each school is developing its own curriculum, supported by national guidance, which will enable learners to embody the four purposes of the curriculum. The Navigating the Curriculum for Wales Framework sets out the basic structure of the Curriculum for Wales.

The Client wishes to commission a formative evaluation of Curriculum for Wales to understand the extent to which the reforms are working as we want and expect. The specification sets out the requirements for the evaluation and suggestions for the method, but bidders are encouraged to propose alternative methods for meeting the objectives of work within the available budget and timescale.

The Scoping study for the evaluation of the curriculum and assessment reforms in Wales: final report published in July 2022 developed recommendations for a robust monitoring and evaluation programme.

A Curriculum for Wales (CfW) Evaluation Plan was published on 3 July 2023. It describes the shape and purpose of the formative evaluation in the context of the overall evaluation programme.

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: £2,250,000

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

Duration in months

35

This contract is subject to renewal

Yes

Description of renewals

An extension option of 18 months will be included should the Client wish to extend

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

The total contract value stated includes GBP 1,400,000 for the initial contract term of 35 months and GBP 850,000 for the optional 18 months extension period.


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

As detailed in the tender documents

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.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

As detailed in the tender documents

three.2.2) Contract performance conditions

As detailed in the tender documents

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.1.8) 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 000-020023

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

Date

14 November 2023

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English, Welsh

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

14 November 2023

Local time

2:00pm


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

E-Tender Information:

https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a Username and will receive a password.

- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click “Forgot your password?”

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.

- Tenders must be uploaded to the BravoSolution portal by 2pm

How To Find The ITT:

- Once logged in you must click on ‘ITT’s Open to all Suppliers’

- The e-tender references for this contract are: project_54574, itt_106057.

- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=135420

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Community benefits will be core and requirements are as stated in the procurement documents.

(WA Ref:135420)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom