Tender for Tax Academy End Point Assessor
The authority is acting on behalf of HMRC’s Tax Academy, who as training provider has identified a requirement for the services of an end point assessment organisation.
United Kingdom-Salford: Assessment centre services for recruitment
2019/S 222-544836
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Commercial Directorate, 5th Floor West, Ralli Quays, 3 Stanley Street
Town: Salford
NUTS code: UK
Postal code: M60 9LA
Country: United Kingdom
Contact person: Lee Corrigan
E-mail: e.procurement@hmrc.gsi.gov.uk
Telephone: +44 3000587871
Address of the buyer profile: https://www.gov.uk/government/organisations/hm-revenue-customs
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Tax Academy End Point Assessor
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The authority is acting on behalf of HMRC’s Tax Academy, who as training provider has identified a requirement for the services of an end point assessment organisation (EPAO) who will support them in the assessment of:
— the Level 3 public sector compliance investigator/officer apprenticeship standard; and/or
— the Level 4 professional accounting/taxation technician apprenticeship.
These 2 requirements are divided into 2 separate lots.
II.1.5)Estimated total value
II.1.6)Information about lots
Lot 1: Level 3 Public Sector Compliance/Investigator Apprenticeship; and
Lot 2: Level 4 Professional Accounting/Taxation Technician Apprenticeship.
II.2.1)Title:
Tax Academy End Point Assessor — Level 3 Public Sector Compliance/Investigator Apprenticeship
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
Lot 1: Level 3 public sector compliance/investigator apprenticeship.
The end point assessor will assess tax professional apprentices on the Level 3 Public sector compliance/investigator apprenticeship standard.
The EPAO will be responsible for arranging an appropriate venue to carry out the end point assessment, which will need to include at least one location in the North of England and one in the South of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Potential for 12 months extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Tax Academy End Point Assessor — Level 4 Professional Accounting/Taxation Technician Apprenticeship Standard
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UNITED KINGDOM.
II.2.4)Description of the procurement:
Lot 2: Level 4 professional accounting/taxation technician apprenticeship
The end point assessor will assess tax professional apprentices on the Level 4 professional accounting/taxation technician apprenticeship standard.
The EPAO will be responsible for arranging an appropriate venue to carry out the end point assessment, which will need to include at least one location in the North of England and one in the South of England.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Potential for 12 months extension.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
It is mandatory that the end point assessor is registered on the ESFA ‘Register of Apprentice Assessment Organisations.’
Link below:
https://www.gov.uk/guidance/register-of-end-point-assessment-organisations
The End Point Assessor must comply with, and consent in writing to audits in respect of, all current and future applicable aspects of relevant legislation, including but not limited to:
(a) General Data Protection Regulations (GDPR);
(b) Human Rights Act 1998;
(c) Freedom of Information Act 2000;
(d) The Welsh Language Act 1993 and Measures 2011;
(e) Safeguarding Vulnerable Groups Act 2006;
(f) Employment Rights Act 2002;
(g) Equality Act 2010;
(h) Public Sector Equality Duty (2011) compliance.
The end point assessor must:
— meet the criteria mentioned in the Education Skills Funding Agency’s (ESFA) ‘Conditions for organisations on the register of end-point assessment organisations’ guidance. This document can be found at:
III.1.2)Economic and financial standing
HMRC operates an Enterprise Resource Planning (electronic trading/ordering) system and has a purchase order mandatory policy. successful tenderers will be required to provide information so that they can be adopted onto the system. Payment will be made by BACS within 30 days of receipt of a valid invoice.
III.1.3)Technical and professional ability
It is mandatory that the end point assessor is registered on the ESFA ‘Register of Apprentice Assessment Organisations.’
Link below:
https://www.gov.uk/guidance/register-of-end-point-assessment-organisations
III.2.1)Information about a particular profession
It is mandatory that the End Point Assessor is registered on the ESFA ‘Register of Apprentice Assessment Organisations.’
Link below:
https://www.gov.uk/guidance/register-of-end-point-assessment-organisations
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=443983097
Go reference: GO-20191114-PRO-15572607
VI.4.1)Review body
Postal address: 5W Ralli Quays
Town: Salford
Postal code: M60 9LA
Country: United Kingdom
VI.5)Date of dispatch of this notice: