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.

Contract Notice

Research, Impact and Learning Framework

  • First published: 06 April 2023
  • Last modified: 06 April 2023

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-h6vhtk-03bccb
Published by:
The Education and Training Foundation
Authority ID:
AA78038
Publication date:
06 April 2023
Deadline date:
19 May 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

For all types of literature and evidence reviews, ETF will seek to co-design a clear set of research questions with our evaluation and learning supplier(s). The aims and objectives of any literature and/or evidence review will be to explore an area of interest to ETF, our members, and the wider research community. The reviews will be used to inform either our thought leadership and influencing activities or inform the future development of our CPD programme offer and its design. The required output will be of publishable standard and an agreed publication and dissemination approach will be agreed as part of the project initiation process.

For all ETF research and evaluation projects, we require suppliers to undertake a rapid evidence review. This normally involves reviewing relevant ETF documents and data, identifying a range of key literature (both published and grey literature) and undertaking a data mapping exercise to help ETF identify what is already known and understood about the topic/ subject area under investigation, before embarking on ETF’s research and evaluation activity. Where appropriate, ETF and the research/ evaluation supplier, will agree in advance whether the evidence review will be published separately from the final report.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Education and Training Foundation

Third Floor, 157 - 197 Buckingham Palace Road

London

SW1W 9SP

UK

Telephone: +44 2037408280

E-mail: tenderqueries@etfoundation.co.uk

NUTS: UKI

Internet address(es)

Main address: http://www.et-foundation.co.uk

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA28768

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:

www.mytenders.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.mytenders.co.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.mytenders.co.uk


I.4) Type of the contracting authority

Other: Charity

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Research, Impact and Learning Framework

Reference number: RIL FWK 22/23.01

II.1.2) Main CPV code

73000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Education and Training Foundation (ETF) is putting in place a Framework of Suppliers who can demonstrate excellence in the criteria stated in the invitation to tender (ITT).

The overall aim of this opportunity is to establish a framework of excellent suppliers who can work with the ETF to deliver high quality, responsive and innovative research, evaluation and learning outputs that support and fulfil the ETF’s evidence, insights and learning requirements.

II.1.5) Estimated total value

Value excluding VAT: 1.00  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

Literature reviews and evidence synthesis

II.2.2) Additional CPV code(s)

73000000

73200000

73210000

79419000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

ENGLAND

II.2.4) Description of the procurement

For all types of literature and evidence reviews, ETF will seek to co-design a clear set of research questions with our evaluation and learning supplier(s). The aims and objectives of any literature and/or evidence review will be to explore an area of interest to ETF, our members, and the wider research community. The reviews will be used to inform either our thought leadership and influencing activities or inform the future development of our CPD programme offer and its design. The required output will be of publishable standard and an agreed publication and dissemination approach will be agreed as part of the project initiation process.

For all ETF research and evaluation projects, we require suppliers to undertake a rapid evidence review. This normally involves reviewing relevant ETF documents and data, identifying a range of key literature (both published and grey literature) and undertaking a data mapping exercise to help ETF identify what is already known and understood about the topic/ subject area under investigation, before embarking on ETF’s research and evaluation activity. Where appropriate, ETF and the research/ evaluation supplier, will agree in advance whether the evidence review will be published separately from the final report.

II.2.5) Award criteria

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

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

Start: 30/06/2023

End: 30/06/2027

This contract is subject to renewal: No

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

II.2.14) Additional information

This Framework aims to create a list of quality research and evaluation suppliers that ETF can call upon to support the design and delivery of different projects. The Framework Agreement will allow call-off contracts, awarded by mini-competition or direct award where appropriate, to be awarded for any projects that arise throughout the term of the Framework.

Lot No: 2

II.2.1) Title

Primary and secondary research

II.2.2) Additional CPV code(s)

73000000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

ENGLAND

II.2.4) Description of the procurement

ETF aims to undertake primary research to help better understand the needs and challenges faced by the FE sector and its learners, and how - as a professional membership body – ETF can best support the sector. ETF also aims to develop evidence-based responses to policy and ensure that our workforce development programmes, and our SET membership offer, are responsive to the current and future needs and trends of the FE sector. We are also committed to developing an evidence base in areas that have not yet received much attention and are important to our members and their learners.

ETF seeks to undertake secondary research in areas of FE that our members and Trustee’s prioritise, or in areas that are helpful in advancing our organisational strategy and providing new insights that inform and/or benefit the sector and its learners. For example, this might involve analysing existing primary data sources to help identify trends and differentials in FE sector funding, operations, performance, efficiency, effectiveness, and outcomes. Suppliers will be required to be familiar with government and publicly available quantitative datasets (e.g. Ofsted reports) and be aware of other potential sources of primary data which could be utilised more effectively to address some of ETF’s unanswered research questions.

II.2.5) Award criteria

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

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

Start: 30/06/2023

End: 30/06/2027

This contract is subject to renewal: No

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

II.2.14) Additional information

This Framework aims to create a list of quality research and evaluation suppliers that ETF can call upon to support the design and delivery of different projects. The Framework Agreement will allow call-off contracts, awarded by mini-competition or direct award where appropriate, to be awarded for any projects that arise throughout the term of the Framework.

Lot No: 3

II.2.1) Title

Impact and process evaluation, including value for money

II.2.2) Additional CPV code(s)

79419000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

ENGLAND

II.2.4) Description of the procurement

The ETF is committed to demonstrating the impact of its CPD programmes and continuing to improve its impact practice. ETF has begun work on developing an organisational level theory of change (due to complete Autumn 2023) and we have introduced programme level theories of change across our portfolio of activities. These inform both our programme design, delivery and evaluation and have been co-designed with ETF staff, our delivery partners, stakeholder representatives and, where applicable, our funder(s). From April 2023-24, ETF will be using these programme theories of change to develop and introduce a systematic and consistent monitoring, evaluation, and learning (MEL) framework for all programme activity and professional membership activities. With the help and support of highly experienced and trusted evaluation and learning partners, our ambitions for the future are to co-design, with our FE sector partners and members, an impact evaluation approach that will enable us to evidence both our contribution and our attribution to achieving ETF’s intended long term outcomes and impact goals.

II.2.5) Award criteria

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

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

Start: 30/06/2023

End: 30/06/2027

This contract is subject to renewal: No

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

II.2.14) Additional information

This Framework aims to create a list of quality research and evaluation suppliers that ETF can call upon to support the design and delivery of different projects. The Framework Agreement will allow call-off contracts, awarded by mini-competition or direct award where appropriate, to be awarded for any projects that arise throughout the term of the Framework.

Lot No: 4

II.2.1) Title

Social value assessment

II.2.2) Additional CPV code(s)

79419000

73000000

73110000

73200000

73210000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

ENGLAND

II.2.4) Description of the procurement

ETF aims to review and update our approach to measuring our organsiational social value, which will support the delivery of our new corporate strategy and our organisational theory of change (due summer and autumn respectively). Aligning with the Government’s Social Value Model, ETF is committed to delivering true Social Value (SV) through both our delivery approach and wider organisational activities. ETF also plays a unique role in providing support and advice to the wider FE sector on how measure and improve their social value (for example, providing a social value toolkit for FE providers who participated in our previous DfE funded Taking Teaching Further programme 2022-23).

ETF seeks services from suppliers to:

- co-design an organisational social value measurement and reporting approach, that can be embedded as part of our new and developing MEL approach.

- co-design a set of standard social value tools and supporting resources for FE sector providers that can be utilised across our CPD and Professionalism portfolio.

- Recommend potential approaches and/ or activities that ETF could consider using to drive improvements in social value at both a corporate and sector (system) level.

II.2.5) Award criteria

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

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

Start: 30/06/2023

End: 30/06/2027

This contract is subject to renewal: No

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

II.2.14) Additional information

This Framework aims to create a list of quality research and evaluation suppliers that ETF can call upon to support the design and delivery of different projects. The Framework Agreement will allow call-off contracts, awarded by mini-competition or direct award where appropriate, to be awarded for any projects that arise throughout the term of the Framework.

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

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: 16

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 19/05/2023

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 19/05/2023

Local time: 12:00

Place:

London

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

This Framework is to create a list of quality suppliers. There is no financial value attached to the initial Framework Agreement. Call-off contracts, or direct award where necessary, will be awarded for any projects that arise throughout the term of the Framework, whereby suppliers on the applicable Lot will be notified of the value of each project.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=229076.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:229076)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Date of dispatch of this notice

05/04/2023

Coding

Commodity categories

ID Title Parent category
79419000 Evaluation consultancy services Business and management consultancy services
73200000 Research and development consultancy services Research and development services and related consultancy services
73000000 Research and development services and related consultancy services Research and Development
73210000 Research consultancy services Research and development consultancy services
73110000 Research services Research and experimental development services

Delivery locations

ID Description
100 UK - All

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.

About the buyer

Main contact:
tenderqueries@etfoundation.co.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.