Tender Details
Title
Procurement of a Framework Agreement of Suppliers to provide Initial Teacher Training Early Career Framework (ITTECF) from September 2025
Country
Language
English
Organization
Published Date
28.03.2024
Deadline Date
20.06.2024
Overview
Procurement of a Framework Agreement of Suppliers to provide Initial Teacher Training Early Career Framework (ITTECF) from September 2025 Department for Education Procurement of a Framework Agreement of Suppliers to provide Initial Teacher Training Early Career Framework (ITTECF) from September 2025The Early Career Framework (ECF) reforms were rolled out nationally in September 2021 entitling all Early Career Teachers (ECTs) in England to access high quality professional development for the first two years of their career. All head teachers whose schools offer statutory induction are required to provide an induction training programme for their ECTs and schools can choose to offer provider-led or school-led training.From September 2025, the induction training programme for ECTs is expected to be based on the Initial Teacher Training and Early Career Framework (ITTECF). The ITTE... Reference no:MAR473094 Published by:Department for Education Published to:External Deadline date:20/06/2024 Notice Type:Contract notice OCID:ocds-h6vhtk-040c92 Location: UK - All UK - All Value:- Summary OCID:ocds-h6vhtk-040c92Published by:Department for EducationAuthority ID:AA20011Publication date:29 March 2024Deadline date:20 June 2024Notice type:Contract NoticeHas documents:NoHas SPD:NoHas Carbon Reduction Plan:No Abstract The Early Career Framework (ECF) reforms were rolled out nationally in September 2021 entitling all Early Career Teachers (ECTs) in England to access high quality professional development for the first two years of their career. All head teachers whose schools offer statutory induction are required to provide an induction training programme for their ECTs and schools can choose to offer provider-led or school-led training.From September 2025, the induction training programme for ECTs is expected to be based on the Initial Teacher Training and Early Career Framework (ITTECF). The ITTECF sets out what both trainee teachers, and ECTs are entitled to learn about and learn how to do when they start their careers. Please refer to https://www.gov.uk/government/publications/initial-teacher-training-and-early-career-framework.The Department (the "Authority") is seeking to appoint Supplier(s) to a framework agreement ("Framework Agreement”) to provide ITTECF-based training for ECTs and mentors from 2025.Successful tenderers in the Procurement will design and deliver a 2-year training programme for ECTs and a 1-year training programme for Mentors that choose to undertake their training with providers contracted to the Department.Suppliers will become part of the group of 'Lead Providers' that deliver a range of Continuous Professional Development (CPD) to new and existing teachers and leaders in the school sector. Suppliers to the Framework Agreement will deliver ITTECF-Based Training to ECTs and Mentors alongside the National Institute of Teaching who are contracted to the Department via their own framework agreement to deliver a range of teacher recruitment and development services.Subject to the procurement process, the Framework Agreement is anticipated to commence in Autumn/Winter 2024 and last for a duration of 4 years. The Department anticipates awarding a number of call-off contracts under the Framework Agreement with the first being for the set up and delivery of the 2025 Cohort which will commence no later than September 2025. All call off contracts are subject to the terms of the procurement and the Framework Agreement. Call-off contracts will last for a period of 40 (forty) months but subject to extension provisions to accommodate service delivery to non-standard inductions.The services that are the subject of this procurement are governed by the Public Contracts Regulations 2015 (the "Regulations") Chapter 3, Section 7 (Social and other specific services); the so called "Light Touch Regime". The Department is managing this Procurement as an open tendering procedure as set out and described in the Procurement Documents. The Department is only bound by the application of the Regulations to the extent that they are applicable to Schedule 3 services. Full notice text Contract noticeSection I: Contracting authority I.1) Name and addressesDepartment for EducationSanctuary Buildings, 20, Great Smith StreetLondonSW1P 3BTUK Telephone: +44 3700002288 E-mail: Daniel.Taylor@education.gov.uk NUTS: UKInternet address(es) Main address: https://www.gov.uk/government/organisations/department-for-educationI.3) CommunicationAccess to the procurement documents is restricted. Further information can be obtained at:https://education.app.jaggaer.com/Additional information can be obtained from the abovementioned addressTenders or requests to participate must be sent electronically to:https://education.app.jaggaer.com/Tenders or requests to participate must be sent to the abovementioned addressI.4) Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisionsI.5) Main activityEducationSection II: ObjectII.1) Scope of the procurementII.1.1) TitleProcurement of a Framework Agreement of Suppliers to provide Initial Teacher Training Early Career Framework (ITTECF) from September 2025II.1.2) Main CPV code80000000 II.1.3) Type of contractServicesII.1.4) Short descriptionThe Early Career Framework (ECF) reforms were rolled out nationally in September 2021 entitling all Early Career Teachers (ECTs) in England to access high quality professional development for the first two years of their career. All head teachers whose schools offer statutory induction are required to provide an induction training programme for their ECTs and schools can choose to offer provider-led or school-led training.From September 2025, the induction training programme for ECTs is expected to be based on the Initial Teacher Training and Early Career Framework (ITTECF). The ITTECF sets out what both trainee teachers, and ECTs are entitled to learn about and learn how to do when they start their careers. Please refer to https://www.gov.uk/government/publications/initial-teacher-training-and-early-career-framework.The Department (the "Authority") is seeking to appoint Supplier(s) to a framework agreement ("Framework Agreement”) to provide ITTECF-based training for ECTs and mentors from 2025.Successful tenderers in the Procurement will design and deliver a 2-year training programme for ECTs and a 1-year training programme for Mentors that choose to undertake their training with providers contracted to the Department.Suppliers will become part of the group of 'Lead Providers' that deliver a range of Continuous Professional Development (CPD) to new and existing teachers and leaders in the school sector. Suppliers to the Framework Agreement will deliver ITTECF-Based Training to ECTs and Mentors alongside the National Institute of Teaching who are contracted to the Department via their own framework agreement to deliver a range of teacher recruitment and development services.Subject to the procurement process, the Framework Agreement is anticipated to commence in Autumn/Winter 2024 and last for a duration of 4 years. The Department anticipates awarding a number of call-off contracts under the Framework Agreement with the first being for the set up and delivery of the 2025 Cohort which will commence no later than September 2025. All call off contracts are subject to the terms of the procurement and the Framework Agreement. Call-off contracts will last for a period of 40 (forty) months but subject to extension provisions to accommodate service delivery to non-standard inductions.The services that are the subject of this procurement are governed by the Public Contracts Regulations 2015 (the "Regulations") Chapter 3, Section 7 (Social and other specific services); the so called "Light Touch Regime". The Department is managing this Procurement as an open tendering procedure as set out and described in the Procurement Documents. The Department is only bound by the application of the Regulations to the extent that they are applicable to Schedule 3 services.II.1.5) Estimated total valueValue excluding VAT: 250 000 000.00 GBPII.1.6) Information about lots This contract is divided into lots: No II.2) DescriptionII.2.2) Additional CPV code(s)80000000II.2.3) Place of performanceNUTS code:UKMain site or place of performance:EnglandII.2.4) Description of the procurementSuppliers appointed to the Framework Agreement will be required to provide Services under individual Call Off Contracts. The type and specific nature of the Services will be subject to Call Off Contracts but the general scope of requirements of provider-led training is as follows:-Design of training content for ECTs and their Mentors based on the ITTECF;-Recruitment and training of ECTs and their Mentors;-Building and maintaining delivery chains;-Maintaining relationships with schools; and-Developing, hosting and maintaining an online learning platform that provide a high quality, hybrid learning experience and meet accessibility and usability standards.Training provision will be subject to the terms of the Call Off Contracts but it can be in a variety of formats (e.g. online and face-to-face) on the basis it works for Participants across all educational settings and with a variety of start dates and training pattern requirements.Suppliers will be required to deliver high-quality training and their success will be measured by achievement of KPIs that measure recruitment and retention rates as well as the engagement and satisfaction of Participants who undertake provider-led training.In accordance with Procurement Policy Note PPN 06/20 (taking account of social value in the award of central government contracts) potential Suppliers will also be required to make, and deliver on if successful, commitments to help achieve the Department's social value policy.Subject to the terms of the procurement, the Department intends to award an initial call off contract (the “First Call Off Order”) by direct award to any potential supplier that submits a successful Tender. The First Call Off Order will include for the set up and delivery of the first cohort commencing no later than September 2025. The value of the First Call Off Order will be subject to contract but include a maximum payment of £420k (four hundred and twenty thousand pounds) to the successful supplier(s) as a contribution towards the cost of designing their training content (including school-led materials where applicable), mobilising their delivery function, and providing the Digital Deliverables. The value of payments for training of Participants under the First Call Off Order will be subject to the rates and prices submitted in the successful Suppliers' Tender and the number of Participants trained by the Supplier.All other call off contracts will be subject to the terms of the Framework Agreement and there is no guarantee of further Call Off Contracts should you be awarded a place on the Framework Agreement.Full details on the how the Framework Agreement will operate, the service requirements, the commercial arrangements and how to submit a Tender can be found in the Procurement Documents.The Department is using its e-sourcing portal to administer the procurement. Organisations interested in participating in this Procurement must register with https://education.app.jaggaer.com ("Jaggaer"). Once registered, you will be able to search for the opportunity and express an interest. Following this, you will be able to download the Procurement DocumentsII.2.5) Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documentsII.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invitedII.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No Section III: Legal, economic, financial and technical informationIII.1) Conditions for participationIII.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:Please refer to the procurement documents for details on how to participate and the tendering requirementsIII.1.2) Economic and financial standingSelection criteria as stated in the procurement documentsIII.1.3) Technical and professional abilitySelection criteria as stated in the procurement documentsIII.2) Conditions related to the contractIII.2.2) Contract performance conditionsPlease refer to the procurement documentsSection IV: ProcedureIV.1) DescriptionIV.1.1) Type of procedure Open procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement with several operators.IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes IV.2) Administrative informationIV.2.1) Previous publication concerning this procedureNotice number in the OJ S:2023/S 000-030556IV.2.2) Time limit for receipt of tenders or requests to participate Date: 20/06/2024 Local time: 17:00IV.2.4) Languages in which tenders or requests to participate may be submittedENIV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 9 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 20/06/2024 Local time: 17:00Place:Tenders are opened electronically via Jaggaer after the tender submission deadlineSection VI: Complementary informationVI.1) Information about recurrence This is a recurrent procurement: No VI.2) Information about electronic workflowsElectronic invoicing will be acceptedElectronic payment will be usedVI.3) Additional informationThe services that are the subject of this procurement are governed by the Public Contracts Regulations 2015 (the “Regulations”) Chapter 3, Section 7 (Social and other specific services); the so called “Light Touch Regime”. The Department is managing this Procurement as an open tendering procedure as set out and described in the Procurement Documents. The Authority is only bound by the application of the Regulations to the extent that they are applicable to Schedule 3 services.VI.4) Procedures for reviewVI.4.1) Review bodyHigh CourtRoyal Court of Justices, The StrandLondonUKInternet address(es) URL: https://www.judiciary.uk/courts-and-tribunals/high-court/technology-and-construction-court/VI.4.3) Review procedurePrecise 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 Suppliers. Potential Suppliers 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. The deadlines associated with undertaking such action is outlined in the Regulations.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.VI.4.4) Service from which information about the review procedure may be obtainedPlease refer to the RegulationsPlease refer to the RegulationsUKInternet address(es) URL: https://www.legislation.gov.uk/uksi/2015/102/contentsVI.5) Date of dispatch of this notice28/03/2024 Coding Commodity categories ID Title Parent category 80000000Education and training servicesEducation Delivery locations ID Description 100UK - All Alert region restrictions The buyer has restricted the alert for this notice to suppliers based in the following regions. ID Description There are no alert restrictions for this notice. About the buyer Main contact:Daniel.Taylor@education.gov.ukAdmin contact:N/aTechnical contact:N/aOther contact:N/a Further information Date Details No further information has been uploaded.
NAICS
Business All Other Professional Navigational Professional Justice Bolt Specialized Freight (except Used Goods) Trucking Regulation Copper Religious Justice Automatic Environmental Control Manufacturing for Residential Other Professional Turned Product and Screw Other Justice Regulation Commercial Measuring Courts Search Navigational Courts Other Similar Organizations (except Business All Other Professional General Freight Trucking Other Justice Other Similar Organizations (except Business Machine Shops; Turned Product; and Screw Copper Professional Process Funds
CPVS
Earthmoving and excavating machinery, and associated parts Iron, lead, zinc, tin and copper System, storage and content management software package Mains Nuts Calendars Sections Lavatory seats, covers, bowls and cisterns Publications Carbon Frames Rolls Lead Training, workout or aerobic services Business services: law, marketing, consulting, recruitment, printing and security System, storage and content management software development services Vats Other services Seats, chairs and related products, and associated parts Electronic, electromechanical and electrotechnical supplies Designs Dates
UNSPSC
-
Regions
Europe Northern Europe
Sectors
Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Postal and Courier Services Roads and Highways-Bridge Infrastructure Printing and Publishing Services Railways-Rail-Railroad Education and Training Defence and Security Electricity Technology Hardware and Equipment Construction Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert