Middle Leader Secondments Pilot – Department for Education
1) Design, develop and deliver a pilot programme to second up to 100 talented middle leaders into England’s most challenging schools from January 2016 for 1 year.
United Kingdom-Nottingham: Education and training services
2015/S 058-102198
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department for Education, National College for Teaching and Leadership (NCTL)
Learning and Conference Centre, Triumph Road
Contact point(s): Commercial Team (NCTL)
NG8 1DH Nottingham
UNITED KINGDOM
E-mail: niche.programmes@education.gsi.gov.uk
Internet address(es):
Electronic access to information: http://https://REDIMO.nationalcollege.org.uk/selfservice
Electronic submission of tenders and requests to participate: http://https://REDIMO.nationalcollege.org.uk/selfservice
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
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 24: Education and vocational education services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The Department for Education’s (DfE) vision is for a highly educated society in which opportunity is more equal for children and young people, no matter what their background or family circumstances.
There is strong evidence that leadership and the quality of teaching and learning are the most important factors in improving pupil outcomes. NCTL, an executive agency of the Department for Education (DfE), believes that it is middle leaders, such as heads of department, heads of year and those in whole school middle leadership roles who are best placed to improve the quality and consistency of teaching in schools and in tackling the challenge of in-school variation.
However, we also know that some schools struggle to recruit excellent middle leaders and that more needs to be done to attract the best leaders and teachers to the schools that need them the most. This pilot programme will seek to determine the drivers and barriers to encouraging the movement of our best middle leaders into challenging schools; and to establish the impact of strong middle leaders in raising standards and building capacity across the school system.
The new contract
The new contract being tendered is to enable a pilot programme where up to 100 excellent middle leaders will be seconded into England’s most challenging schools for 1 year from January 2016.
The National College for Teaching and Leadership (NCTL), an executive agency of the DfE, is therefore seeking 1 national provider (or consortium) to:
1) Design, develop and deliver a pilot programme to second up to 100 talented middle leaders into England’s most challenging schools from January 2016 for 1 year.
2) Deliver the programme with national reach and with a particular focus in the East of England region, a high priority area where up to 30 of the secondments are expected to take place.
The anticipated maximum whole life contract cost will be within the estimated range of 4 000 000 GBP to 4 600 000 GBP (inclusive of all expenses and exclusive of VAT). VAT (where applicable) will be at the GB prevailing rate. Please note that Contract requirements will be subject to available financial resources, supplier performance and flexibility to meet changing demands.
II.1.6)Common procurement vocabulary (CPV)
80000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 4 000 000 and 4 600 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If the potential supplier bidding for the requirement is part of a consortium joint venture or SPV, the Authority will require full details of the consortium joint venture or SPV.
Potential suppliers should provide details of the actual or proposed percentage shareholding of the constituent members within the consortium in a separate attachment. If a consortium is not proposing to form a corporate entity, full details of alternative proposed arrangements should be provided in the attachment. Please note that NCTL reserves the right to require a successful consortium to form a single legal entity.
The Authority recognises that arrangements in relation to consortia may (within limits) be subject to future change. Potential consortia should therefore respond in the light of the arrangements as currently envisaged. Potential consortia are reminded that any future proposed change in relation to consortia must be notified to the Authority so that it can make a further assessment by applying the selection criteria to the new information provided.
If an SPV formed by a single organisation to separate liabilities from the parent company then NCTL would require a parent company guarantee.
III.1.4)Other particular conditions
Description of particular conditions: The Terms and Conditions and the evaluation criteria, available through REDIMO (see information below), set out all conditions relating to this contract.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Minimum level(s) of standards may be required: Please refer to the tender documentation.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Responses will be used to undertake an assessment of your organisation’s technical and professional ability to provide the goods/services.
Where the Potential Supplier is a SPV and not intending to be the main provider of the goods or services, the information requested should be provided in respect of the principal intended provider of the goods or services.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
RD1045. Contract Period
This notice pertains to the award of a contract with a maximum duration of a maximum of 21 months and is expected to be from contract award in July 2015, subject to contract negotiations and subject to the agreement of DfE Ministers. The contract will include: initial set up phase during July and August 2015, ready for marketing, school and participant recruitment and selection from September 2015; pilot programme delivery of secondments from January 2016; The Contracting Authority/Department reserve the right to terminate any agreement should funding be withdrawn, changed or there is a significant change in government policy relating to the delivery of the programme and outputs required as part of this contract, by giving 3 months’ notice.
Indicative key dates for this procurement activity
23.3.2015 — issue of invitation to tender via REDIMO;
11.5. 2015, 14:00 — deadline date for bids.
July 2015 — indicative contract start (subject to contract negotiations and subject to agreement with DfE Ministers).
Supplier webex event.
NCTL are holding a supplier webex event on Friday 27.3.2015. This event will provide the opportunity for interested organisations to gain a better understanding of the Middle Leader Secondments Pilot Programme and the indicative time-lines.
Login details are as follows:.
Topic: Middle leaders secondment pilot programme
Date: Friday, 27.3.2015
Time: 14:00, GMT Time (London, GMT)
To register for this meeting
1. Go to https://nationalcollege.webex.com/nationalcollege/j.php?RGID=re8f223aae04f263476889daa33534ebe
2. Register for the meeting.
Once the host approves your request, you will receive a confirmation email with instructions for joining the meeting.
To view in other time zones or languages, please click the link:
https://nationalcollege.webex.com/nationalcollege/j.php?RGID=r6d09156074424b962db1283c7ebb6128
For assistance
1. Go to https://nationalcollege.webex.com/nationalcollege/mc
2. On the left navigation bar, click ‘Support’.
You can contact the meeting facilitator at: frances.mccarthy@education.gsi.gov.uk
1-0115 982 9282
Registration for the procurement.
This procurement will be run through an e-procurement system REDIMO. REDIMO is used for contracting for works, goods and services that are awarded following an electronic competitive tendering process. Registration allows organisations to e-tender for procurement opportunities.
If your organisation is interested in participating in this procurement (RD1045) you will need to register on REDIMO (If you are not already). Please register at https://REDIMO.nationalcollege.org.uk/selfservice/pages/public/supplier/registration/supplierRegistration.cmd
NB (The Category which this procurement will be launched is AB01, therefore to participate you must ensure that you register against this category.
Please e-mail our helpdesk mailto:commercial.admin@education.gsi.gov.uk if you have any queries with registering your details on REDIMO.
Once the Invitation to Tender is launched it will be visible for bidders to respond. This Invitation to Tender will be launched on Monday 23.3.2015.
All Tender documentation will be made available from REDIMO and Bidders should ensure that they have read all documentation prior to submitting a response.
All bidders will be required to sign a Non-Disclosure Agreement before key documents can be released via REDIMO.
Where appropriate, the successful bidder will be required to deliver a Deed of Guarantee at the same time as the execution of the Agreement.
Clarification questions will be answered either at the Bidders’ web-ex (see details below), or through responses available through REDIMO.
VI.4.1)Body responsible for appeal procedures
To the address in 1 in the first instance
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: