Data Capture Services Department for Education
Selection, collation and analysis of data.
UK-London: data capture services
2012/S 38-061770
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department for Education
Sanctuary Buildings, Great Smith Street
Contact point(s): Commercial Team
SW1P 3BT London
UNITED KINGDOM
Telephone: +44 2476660137
E-mail: INBOX@education.gsi.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Collection of optional test data for key stage 1 tests, Optional tests at years 3, 4 and 5 and year 1 phonics check item level data.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Data capture services. Data analysis services. Data management services. The pupil level item data is collected for KS1 and optional tests to enable schools to benchmark their results with other schools by their geographical area, school type and/or gender. The second use for the data is to enable the DfE to monitor schools standards, both on an individual school basis and also a national level, on a year by year comparison. The year 1 phonics check item level data will again be utilised by schools to benchmark themselves against other schools in the sample.
The principal requirements of the successful supplier will be to:
(1) Select and approach schools to secure their cooperation in the provision of data;
(2) Collect the required data from the selected schools, ensuring there is sufficient data to meet the statistical sampling requirements; and
(3) Analyse the data; and
(4) Provide the data in the required format and at the required time to DfE.
II.1.6)Common procurement vocabulary (CPV)
72313000, 72316000, 72322000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The successful supplier will need to achieve a sample of no less than 3 200 pupils per subject in KS1, 6 000 pupils per subject in the optional tests and 10 000 pupils for the year 1 phonics check, while ensuring compliance with the required sample representativeness.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 36 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
As indicated within the ITT.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As indicated within the ITT.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Prime contractor, joint venture.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Information in respect of the conditions under Regulation 24 that will be notified as requirements within the ITT.
Minimum level(s) of standards possibly required: As indicated within the ITT.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Information in respect of the conditions under Regulation 25 that will be notified as requirements within the ITT.
Minimum level(s) of standards possibly required:
As indicated within the ITT.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
STA0010
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 10.4.2012 – 14:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
17.4.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 60 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders
Date: 18.4.2012 – 09:00
Place:
Coventry.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
Parties wishing to be considered for this contract must register their interest by giving their business name, address, telephone number, fax number, e-mail address, and a contact name and address for receipt of a invitation to tender (ITT) to
Contracts.INBOX@education.gsi.gov.uk by the deadline of 14:00 hours on 10.4.2012. Once the interest is received, the ITT shall be issued within two working days and must be completed and returned by the closing deadline of 12:00 hours on 17.4.2012. GO Reference: GO-2012222-PRO-3732235.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:22.2.2012