Contract award notice
Results of the procurement procedure
Section I: Contracting 
        entity
      
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.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
  Framework Agreements have been awarded to establish a framework of excellent suppliers who can work with the Education and Training Foundation (ETF) to deliver high quality, responsive and innovative research, evaluation and learning outputs to support and fulfil evidence, insights and learning requirements.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        Yes
      
  II.1.7) Total value of the procurement
  Value excluding VAT: 
				.01 
				  GBP
 
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
    Framework agreements have been awarded for Lot 1 of the Research, Impact and Learning Framework.
    Successful contractors will be invited to work with The Education and Training Foundation (ETF) in all types of literature or evidence reviews, co-designing a clear set of research questions for evaluation and learning.
    The aims and objectives of any literature and/or evidence review will explore areas of interest to ETF, its members, and the wider research community. The reviews will be used to inform thought leadership and influencing activities, the future development of CPD programmes offered and programme design. The required output will be of publishable standard and the appropriate publication and dissemination approach will be agreed as part of the project initiation process for each call-off contract awarded.
    For ETF research and evaluation projects, contractors awarded call-off contracts will be asked to undertake a rapid evidence review. This may involve 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 framework contractor, will agree in advance whether the evidence review will be published separately from the final report.
    II.2.5) Award criteria
    
                    Quality criterion: Approach and methodology
                    / Weighting: 30%
    
                    Quality criterion: Quality assurance, risk & compliance
                    / Weighting: 15%
    
                    Quality criterion: Relevant Experience and Team
                    / Weighting: 20%
    
                    Quality criterion: Added value
                    / Weighting: 3%
    
                    Quality criterion: Communications, Recruitment and Dissemination
                    / Weighting: 10%
    
                    Quality criterion: Equality, Diversity and Sustainability
                    / Weighting: 8%
    
                    Price
                    
                      / Weighting: 
                      14%
    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
    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
    Framework Agreements have been awarded for Lot 2 of the Research, Impact and Learning Framework.
    Projects undertaken by this Lot include 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. Developing evidence-based responses to policy and ensure that ETF workforce development programmes, and our SET membership offer, are responsive to the current and future needs and trends of the FE sector.  Commitment to developing an evidence base in areas that have not yet received much attention and are important to our members and their learners.
    Secondary research projects undertaken will be in areas of FE that ETF 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. Contractors 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
    
                    Quality criterion: Approach and methodology
                    / Weighting: 30%
    
                    Quality criterion: Quality assurance, risk & compliance
                    / Weighting: 15%
    
                    Quality criterion: Relevant Experience and Team
                    / Weighting: 20%
    
                    Quality criterion: Added value
                    / Weighting: 3%
    
                    Quality criterion: Communications, Recruitment and Dissemination
                    / Weighting: 10%
    
                    Quality criterion: Equity, Diversity and Sustainability
                    / Weighting: 8%
    
                    Price
                    
                      / Weighting: 
                      14%
    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: 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
    Framework Agreements have been awarded for Lot 3 of the Research, Impact and Learning Framework.
    This Lot will enable the ETF to continue to demonstrate the impact of its CPD programmes and improve its impact practice. ETF has begun work on developing an organisational level theory of change (due to complete Autumn 2023) and 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).
    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
    
                    Quality criterion: Approach and methodology
                    / Weighting: 30%
    
                    Quality criterion: Quality assurance, risk and compliance
                    / Weighting: 15%
    
                    Quality criterion: Relevant Experience and Team
                    / Weighting: 20%
    
                    Quality criterion: Added value
                    / Weighting: 3%
    
                    Quality criterion: Communications, Recruitment and Dissemination
                    / Weighting: 10%
    
                    Quality criterion: Equity, Diversity and Sustainability
                    / Weighting: 8%
    
                    Price
                    
                      / Weighting: 
                      14%
    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: 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 sought services from contractors 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.
    In light of new intelligence into the requirements of the business around social value, it was decided this Lot should be withdrawn from the Framework.
    II.2.5) Award criteria
    
                    Quality criterion: Approach and methodology
                    / Weighting: 30%
    
                    Quality criterion: Quality assurance, risk & compliance
                    / Weighting: 15%
    
                    Quality criterion: Relevant Experience and Team
                    / Weighting: 20%
    
                    Quality criterion: Added value
                    / Weighting: 3%
    
                    Quality criterion: Communications, Recruitment and Dissemination
                    / Weighting: 10%
    
                    Quality criterion: Equity, Diversity and Sustainability
                    / Weighting: 8%
    
                    Price
                    
                      / Weighting: 
                      14%
    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:
  2023/S 000-009951
 
Section V: Award of contract
          Lot No: 1
          Title: Literature reviews and evidence synthesis
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/08/2023
V.2.2) Information about tenders
                Number of tenders received: 18
                Number of tenders received from SMEs: 15
                Number of tenders received from tenderers from EU Member States: 18
                Number of tenders received from tenderers from non-EU Member States: 0
                Number of tenders received by electronic means: 18
              The contract has been awarded to a group of economic operators:
              
        Yes
      
V.2.3) Name and address of the contractor
  SQW
  Oxford Centre For Innovation
  Oxford
  OX1 1BY
  UK
  
            Telephone: +44 1164752116
  
            NUTS: UK
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Behavioural Insights Team
  58 Victoria Embankment
  London
  EC4Y 0DS
  UK
  
            Telephone: +44 2070313511
  
            NUTS: UK
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  RSM UK Consulting LLP
  25 Farringdon Street, London
  Greater London
  EC4A 4AB
  UK
  
            Telephone: +44 1212143100
  
            NUTS: UKI
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  National Learning and Work Institute
  3rd Floor, Arnhem House, 31 Waterloo Way
  Leicester
  LE1 6LP
  UK
  
            Telephone: +44 1162044200
  
            NUTS: UKF21
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Sheffield Institute of Education at Sheffield Hallam University
  Sheffield Hallam University, City Campus, Howard St,
  Sheffield
  S1 2LX
  UK
  
            Telephone: +44 1142256118
  
            NUTS: UKE
  The contractor is an SME:
        No
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					: .01 
					  GBP
V.2.5) Information about subcontracting
Section V: Award of contract
          Lot No: 2
          Title: Primary and secondary research
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
14/08/2023
V.2.2) Information about tenders
                Number of tenders received: 17
                Number of tenders received from SMEs: 14
                Number of tenders received from tenderers from EU Member States: 17
                Number of tenders received from tenderers from non-EU Member States: 0
                Number of tenders received by electronic means: 17
              The contract has been awarded to a group of economic operators:
              
        Yes
      
V.2.3) Name and address of the contractor
  NFER
  The Mere, Upton Park
  Slough
  SL1 2DQ
  UK
  
            Telephone: +44 1753574123
  
            Fax: +44 1753691632
  
            NUTS: UKJ11
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  National Learning and Work Institute
  3rd Floor, Arnhem House, 31 Waterloo Way
  Leicester
  LE1 6LP
  UK
  
            Telephone: +44 1162044200
  
            NUTS: UKF21
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Behavioural Insights Team
  58 Victoria Embankment
  London
  EC4Y 0DS
  UK
  
            Telephone: +44 2070313511
  
            NUTS: UK
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  RSM UK Consulting LLP
  25 Farringdon Street, London
  Greater London
  EC4A 4AB
  UK
  
            Telephone: +44 1212143100
  
            NUTS: UKI
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  IFF Research
  5th Floor St Magnus House, 3 Lower Thames Street
  London
  EC3R 6HD
  UK
  
            Telephone: +44 2072503035
  
            NUTS: UKI31
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					: .01 
					  GBP
V.2.5) Information about subcontracting
Section V: Award of contract
          Lot No: 3
          Title: Impact and process evaluation, including value for money
        A contract/lot is awarded:
        
        Yes
      
V.2 Award of contract
V.2.1) Date of conclusion of the contract
15/08/2023
V.2.2) Information about tenders
                Number of tenders received: 16
                Number of tenders received from SMEs: 13
                Number of tenders received from tenderers from EU Member States: 16
                Number of tenders received from tenderers from non-EU Member States: 0
                Number of tenders received by electronic means: 16
              The contract has been awarded to a group of economic operators:
              
        Yes
      
V.2.3) Name and address of the contractor
  RSM UK Consulting LLP
  25 Farringdon Street, London
  Greater London
  EC4A 4AB
  UK
  
            Telephone: +44 1212143100
  
            NUTS: UKI
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  SQW Ltd
  First Floor, 43 Chalton Street
  London
  NW1 1JD
  UK
  
            Telephone: +44 1614752105
  
            NUTS: UK
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  Institute for Employment Studies
  City Gate, 185 Dyke Road
  Brighton
  BN3 1TL
  UK
  
            Telephone: +44 1273763400
  
            NUTS: UKJ
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  NFER
  The Mere, Upton Park
  Slough
  SL1 2DQ
  UK
  
            Telephone: +44 1753574123
  
            Fax: +44 1753691632
  
            NUTS: UKJ11
  The contractor is an SME:
        Yes
      
 
V.2.3) Name and address of the contractor
  National Learning and Work Institute
  3rd Floor, Arnhem House, 31 Waterloo Way
  Leicester
  LE1 6LP
  UK
  
            Telephone: +44 1162044200
  
            NUTS: UKF21
  The contractor is an SME:
        Yes
      
 
                V.2.4) Information on value of the contract/lot (excluding VAT)
              
Total value of the contract/lot: 
					: .01 
					  GBP
V.2.5) Information about subcontracting
Section V: Award of contract
          Lot No: 4
          Title: Social value assessment
        A contract/lot is awarded:
        
        No
      
V.1 Information on non-award
The contract/lot is not awarded
No tenders or requests to participate were received or all were rejected
Section VI: Complementary information
VI.3) Additional information
This Framework creates a list of quality contractors. 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 contractors on the applicable Lot will be notified of the value of each project.
(MT Ref:230073)
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
16/08/2023