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 Award Notice

Research, Impact and Learning Framework

  • First published: 17 August 2023
  • Last modified: 17 August 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:
17 August 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

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.