Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Framework agreement for the provision of paper based and online reading and numeracy tests

  • First published: 23 September 2016
  • Last modified: 23 September 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-046291
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
23 September 2016
Deadline date:
24 October 2016
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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. CPV: 80100000, 80100000, 80200000, 72212190, 48190000, 80000000, 80100000, 80200000, 80000000, 48190000, 72212190.

Full notice text

Contract notice

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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/


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.1.5) Estimated total value

Value excluding VAT: 17 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

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

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 5 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for up to a further two years

II.2.9) Information about the limits on the number of candidates to be invited

II.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

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

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 12 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for up to a further two years.

II.2.9) Information about the limits on the number of candidates to be invited

II.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 information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Stated in the invitation tender documentation.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

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 with several operators.

Envisaged maximum number of participants to the framework agreement: 2

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 014-020357

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/10/2016

Local time: 16:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

CY

IV.2.7) Conditions for opening of tenders

Date: 25/10/2016

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Information provided in tender documentation.

(WA Ref:46291)

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

21/09/2016

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education
72212190 Educational software development services Programming services of application software
48190000 Educational software package Industry specific software package
80100000 Primary education services Education and training services
80200000 Secondary education services Education and training services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

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.

Document family

Notice details
Publication date:
23 September 2016
Deadline date:
24 October 2016 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
07 January 2017
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government

About the buyer

Main contact:
CPSProcurementAdvice@wales.gsi.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.