Contract award notice
Results of the procurement procedure
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000603300
E-mail: CPSProcurementAdvice@wales.gsi.gov.uk
NUTS: UKL
Internet address(es)
Main address: http://wales.gov.uk/?skip=1&lang=en
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Framework agreement for the provision of paper based and online reading and numeracy tests
Reference number: C282/2015/16
II.1.2) Main CPV code
80100000
II.1.3) Type of contract
Services
II.1.4) Short description
The provision of a full set of paper English and Welsh Reading and Numeracy (procedural and reasoning) tests for use in April/May 2018; Reading and Numeracy (reasoning) tests for use in April/May 2019; and numeracy (reasoning) tests only for use in April/May 2020.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
16 190 196.00
GBP
II.2) Description
Lot No: 1
II.2.1) Title
PAPER BASED READING AND NUMERACY (PROCEDURAL AND REASONING) TESTS IN ENGLISH AND WELSH YEAR 2 THROUGH TO YEAR 9
II.2.2) Additional CPV code(s)
80100000
80200000
72212190
48190000
80000000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
Online Adaptive Reading and Numeracy tests will replace the current Wales National Tests and will be phased in from the 2018/19 academic year, starting with numeracy (procedural), and continuing with English and Welsh reading in 2019/20, and numeracy (reasoning) in 2020/21.
To cover the interim period, we wish to procure a full set of paper English and Welsh Reading and Numeracy (procedural and reasoning) tests for use in April/May 2018; Reading and Numeracy (reasoning) tests for use in April/May 2019; and numeracy (reasoning) tests only for use in April/May 2020.
The current National Tests are paper-based tests sat by all learners in years 2-9 in maintained schools in Wales. They are based on the expectation statements set out in the National Literacy and Numeracy Framework (LNF). The new tests need to be compatible with previous years’ tests in terms of design and content, to ensure consistency for learners and continuity of data runs and reporting for schools and parents before the move to online tests takes place.
The contractor will be responsible for the development and trialling of the tests; organisation of design, printing and delivery arrangements; establishing a bilingual test ordering system for schools, including a helpdesk; direct liaison with a modified test agency; and analysis of raw scores from the tests and production of look-up tables based on the analysis.
This notice will be published bilingually and potential suppliers will have the opportunity to submit their tender response in either Welsh or in English. National bilingual notice reference:
II.2.5) Award criteria
Quality criterion: Demonstrates an understanding of the specification
/ Weighting: 30
Quality criterion: Evidence of previous experience and expertise to meet the criteria outlined in Section 4, providing CVs
/ Weighting: 30
Quality criterion: Demonstrates an understanding of educational policy and practice in relation to assessment and of the Welsh policy context
/ Weighting: 10
Price
/ Weighting:
30
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
Lot No: 2
II.2.1) Title
ONLINE ADAPTIVE READING AND NUMERACY (REASONING AND PROCEDURAL) TESTS IN ENGLISH AND WELSH YEAR 2 THROUGH TO YEAR 9
II.2.2) Additional CPV code(s)
80100000
80200000
80000000
48190000
72212190
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The Welsh Government is keen to put in place tests which provide part of the rich evidence needed to inform learners’ next steps. We believe this is best achieved through online adaptive tests because of the greater accessibility and personalisation they offer and because of the immediate and enhanced feedback they provide.
Based on recommended development time, we aim to introduce national online adaptive tests from the 2018/19 school year as part of a phased implementation programme. The first test to be introduced will be the Numeracy (Procedural) test; the second in 2019/20 will be English and Welsh Reading tests; and the third in 2020/21 will be the Numeracy (Reasoning) test.
The tests will be based on the expectation statements set out in the National Literacy and Numeracy Framework (LNF). They will be integrated with the Welsh Government HWB/HWB+ (http://hwb.wales.gov.uk/) and delivered via this interface. They must also be compatible with in-schools recording/Management Information Systems (MIS).
Because of the nature of the data the contractor will hold, they will implement stringent security arrangements, be at least AA compliant and meet government standards for accessibility and usability.
This notice will be published bilingually and potential suppliers will have the opportunity to submit their tender response in either Welsh or in English. National bilingual notice reference:
II.2.5) Award criteria
Quality criterion: Provides details of the methodology that will be employed to develop tests which are valid and reliable, including the extent and frequency of trialling, and review and analysis of test items
/ Weighting: 20
Quality criterion: Ability to meet the specified system requirements as outlined in sections 5.9 – 5.21, and to respond positively to the information assurance questionnaire at annex 1
/ Weighting: 20
Quality criterion: Provides details of previous experience and capability to meet the criteria outlined in Section 4, providing CVs.
/ Weighting: 20
Quality criterion: understanding of the use of tests in a formative capacity and is able to demonstrate how the reports produced post tests will help learners progress
/ Weighting: 10
Price
/ Weighting:
30
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 IV: Procedure
IV.1) Description
IV.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
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2016/S 184-329976
Section V: Award of contract
Lot No: 1
Title: PAPER BASED READING AND NUMERACY (PROCEDURAL AND REASONING) TESTS IN ENGLISH AND WELSH YEAR 2 THROUGH TO YEAR 9
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/12/2016
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received by electronic means: 4
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ALPHAPLUS CONSULTANCY LTD
ALPHAPLUS CONSULTANCY LTD, 1218 Portland Tower Portland Street
MANCHESTER
M1 3LD
UK
Telephone: +44 1612384928
NUTS: UKL
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 4 808 765.00
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: ONLINE ADAPTIVE READING AND NUMERACY (REASONING AND PROCEDURAL) TESTS IN ENGLISH AND WELSH YEAR 2 THROUGH TO YEAR 9
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
19/12/2016
V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
ALPHAPLUS CONSULTANCY LTD
ALPHAPLUS CONSULTANCY LTD, 1218 Portland Tower Portland Street
MANCHESTER
M1 3LD
UK
Telephone: +44 1612384928
NUTS: UKL
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 11 381 430.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Please note that any extension periods will be in addition to the value published in this notice and will be let in line with the rates provided by the successful bidder/s.
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 etender references for this contract are: Project_34221 and ITT_56840 (English language) or ITT_56841 (Welsh language)
- 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.
This notice relates to a bilingual National notice:Sell2wales reference:52090
(WA Ref:60408)
VI.4) Procedures for review
VI.4.1) Review body
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000603300
Internet address(es)
URL: http://wales.gov.uk/?skip=1&lang=en
VI.5) Date of dispatch of this notice
05/01/2017