Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000623300
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:
www.etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.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
The Delivery of the National Professional Qualification for Headship (NPQH) 2018-2020
Reference number: C158/2017/18
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
The Welsh Government is inviting tenders from suitably experienced and qualified providers to work in partnership with WG to administer deliver and revise, the National Professional Qualification for Headship (NPQH) programme for aspiring headteachers in Wales. Providers will need to be equipped and able to start delivering the qualification from July 2018. We welcome applications from individual providers or those working in partnership to deliver and support the continual development of the qualification across Wales.
This tender specification is initially for a two year delivery agreement with an option to extend for up to a further two years subject to annual review.
II.1.5) Estimated total value
Value excluding VAT:
2 600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
80000000
80500000
80510000
80570000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The Welsh Government (WG) action plan for 2017-2021 Education in Wales: Our national mission states our commitment to strong leadership and professional learning to help deliver on the high expectations we all share for our learners, schools and education system. Inspirational leaders using reputable pedagogic research and effective collaboration across the entire system to support the development of a world class curriculum are critical if we are to raise standards for all in Wales.
The Welsh Government is therefore inviting tenders from suitably experienced and qualified providers to work in partnership with WG to administer deliver and revise, the National Professional Qualification for Headship (NPQH) programme for aspiring headteachers in Wales. Providers will need to be equipped and able to start delivering the qualification from July 2018. We welcome applications from individual providers or those working in partnership to deliver and support the continual development of the qualification across Wales.
The National Professional Qualification for Headship (NPQH) remains a statutory requirement in Wales therefore anyone seeking to become a headteacher in Wales must have achieved the NPQH as evidence that they have met the required standard.
A revised NPQH is needed to support the new Professional Standards for Teaching and Leadership for all teachers and leaders from September 2018. These standards are a key aspect of the action plan to transform the curriculum in Wales and equip Wales with inspirational leaders who can work collaboratively, are committed to raising standards and reducing the attainment gap.
This tender specification is initially for a two year delivery agreement with an option to extend for up to a further two years subject to annual review.
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
Duration in months: 24
This contract is subject to renewal: Yes
Description of renewals:
Option to extend on an annual basis for up to a further 2 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
As stated in ITT.
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.1.8) 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:
23/04/2018
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
24/04/2018
Local time: 09:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
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_38483 and ITT_66891
- 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.
NOTE: The authority is using eTenderwales to carry out this procurement process.
The buyer considers that this contract is suitable for consortia.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=77896
(WA Ref:77896)
The buyer considers that this contract is suitable for consortia.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=77896
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:
Requested in tender documents.
(WA Ref:77896)
The buyer considers that this contract is suitable for consortia bidding.
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
13/03/2018