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

Procurement of a Framework Agreement of Suppliers to provide Initial Teacher Training Early Career Framework (ITTECF) from September 2025

  • First published: 29 March 2024
  • Last modified: 29 March 2024

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-040c92
Published by:
Department for Education
Authority ID:
AA20011
Publication date:
29 March 2024
Deadline date:
20 June 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Early Career Framework (ECF) reforms were rolled out nationally in September 2021 entitling all Early Career Teachers (ECTs) in England to access high quality professional development for the first two years of their career. All head teachers whose schools offer statutory induction are required to provide an induction training programme for their ECTs and schools can choose to offer provider-led or school-led training.

From September 2025, the induction training programme for ECTs is expected to be based on the Initial Teacher Training and Early Career Framework (ITTECF). The ITTECF sets out what both trainee teachers, and ECTs are entitled to learn about and learn how to do when they start their careers. Please refer to https://www.gov.uk/government/publications/initial-teacher-training-and-early-career-framework.

The Department (the "Authority") is seeking to appoint Supplier(s) to a framework agreement ("Framework Agreement”) to provide ITTECF-based training for ECTs and mentors from 2025.

Successful tenderers in the Procurement will design and deliver a 2-year training programme for ECTs and a 1-year training programme for Mentors that choose to undertake their training with providers contracted to the Department.

Suppliers will become part of the group of 'Lead Providers' that deliver a range of Continuous Professional Development (CPD) to new and existing teachers and leaders in the school sector. Suppliers to the Framework Agreement will deliver ITTECF-Based Training to ECTs and Mentors alongside the National Institute of Teaching who are contracted to the Department via their own framework agreement to deliver a range of teacher recruitment and development services.

Subject to the procurement process, the Framework Agreement is anticipated to commence in Autumn/Winter 2024 and last for a duration of 4 years. The Department anticipates awarding a number of call-off contracts under the Framework Agreement with the first being for the set up and delivery of the 2025 Cohort which will commence no later than September 2025. All call off contracts are subject to the terms of the procurement and the Framework Agreement. Call-off contracts will last for a period of 40 (forty) months but subject to extension provisions to accommodate service delivery to non-standard inductions.

The services that are the subject of this procurement are governed by the Public Contracts Regulations 2015 (the "Regulations") Chapter 3, Section 7 (Social and other specific services); the so called "Light Touch Regime". The Department is managing this Procurement as an open tendering procedure as set out and described in the Procurement Documents. The Department is only bound by the application of the Regulations to the extent that they are applicable to Schedule 3 services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department for Education

Sanctuary Buildings, 20, Great Smith Street

London

SW1P 3BT

UK

Telephone: +44 3700002288

E-mail: Daniel.Taylor@education.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/government/organisations/department-for-education

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://education.app.jaggaer.com/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://education.app.jaggaer.com/


Tenders or requests to participate must be sent to the abovementioned address


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

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Procurement of a Framework Agreement of Suppliers to provide Initial Teacher Training Early Career Framework (ITTECF) from September 2025

II.1.2) Main CPV code

80000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Early Career Framework (ECF) reforms were rolled out nationally in September 2021 entitling all Early Career Teachers (ECTs) in England to access high quality professional development for the first two years of their career. All head teachers whose schools offer statutory induction are required to provide an induction training programme for their ECTs and schools can choose to offer provider-led or school-led training.

From September 2025, the induction training programme for ECTs is expected to be based on the Initial Teacher Training and Early Career Framework (ITTECF). The ITTECF sets out what both trainee teachers, and ECTs are entitled to learn about and learn how to do when they start their careers. Please refer to https://www.gov.uk/government/publications/initial-teacher-training-and-early-career-framework.

The Department (the "Authority") is seeking to appoint Supplier(s) to a framework agreement ("Framework Agreement”) to provide ITTECF-based training for ECTs and mentors from 2025.

Successful tenderers in the Procurement will design and deliver a 2-year training programme for ECTs and a 1-year training programme for Mentors that choose to undertake their training with providers contracted to the Department.

Suppliers will become part of the group of 'Lead Providers' that deliver a range of Continuous Professional Development (CPD) to new and existing teachers and leaders in the school sector. Suppliers to the Framework Agreement will deliver ITTECF-Based Training to ECTs and Mentors alongside the National Institute of Teaching who are contracted to the Department via their own framework agreement to deliver a range of teacher recruitment and development services.

Subject to the procurement process, the Framework Agreement is anticipated to commence in Autumn/Winter 2024 and last for a duration of 4 years. The Department anticipates awarding a number of call-off contracts under the Framework Agreement with the first being for the set up and delivery of the 2025 Cohort which will commence no later than September 2025. All call off contracts are subject to the terms of the procurement and the Framework Agreement. Call-off contracts will last for a period of 40 (forty) months but subject to extension provisions to accommodate service delivery to non-standard inductions.

The services that are the subject of this procurement are governed by the Public Contracts Regulations 2015 (the "Regulations") Chapter 3, Section 7 (Social and other specific services); the so called "Light Touch Regime". The Department is managing this Procurement as an open tendering procedure as set out and described in the Procurement Documents. The Department is only bound by the application of the Regulations to the extent that they are applicable to Schedule 3 services.

II.1.5) Estimated total value

Value excluding VAT: 250 000 000.00  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

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

England

II.2.4) Description of the procurement

Suppliers appointed to the Framework Agreement will be required to provide Services under individual Call Off Contracts. The type and specific nature of the Services will be subject to Call Off Contracts but the general scope of requirements of provider-led training is as follows:

-Design of training content for ECTs and their Mentors based on the ITTECF;

-Recruitment and training of ECTs and their Mentors;

-Building and maintaining delivery chains;

-Maintaining relationships with schools; and

-Developing, hosting and maintaining an online learning platform that provide a high quality, hybrid learning experience and meet accessibility and usability standards.

Training provision will be subject to the terms of the Call Off Contracts but it can be in a variety of formats (e.g. online and face-to-face) on the basis it works for Participants across all educational settings and with a variety of start dates and training pattern requirements.

Suppliers will be required to deliver high-quality training and their success will be measured by achievement of KPIs that measure recruitment and retention rates as well as the engagement and satisfaction of Participants who undertake provider-led training.

In accordance with Procurement Policy Note PPN 06/20 (taking account of social value in the award of central government contracts) potential Suppliers will also be required to make, and deliver on if successful, commitments to help achieve the Department's social value policy.

Subject to the terms of the procurement, the Department intends to award an initial call off contract (the “First Call Off Order”) by direct award to any potential supplier that submits a successful Tender. The First Call Off Order will include for the set up and delivery of the first cohort commencing no later than September 2025. The value of the First Call Off Order will be subject to contract but include a maximum payment of £420k (four hundred and twenty thousand pounds) to the successful supplier(s) as a contribution towards the cost of designing their training content (including school-led materials where applicable), mobilising their delivery function, and providing the Digital Deliverables. The value of payments for training of Participants under the First Call Off Order will be subject to the rates and prices submitted in the successful Suppliers' Tender and the number of Participants trained by the Supplier.

All other call off contracts will be subject to the terms of the Framework Agreement and there is no guarantee of further Call Off Contracts should you be awarded a place on the Framework Agreement.

Full details on the how the Framework Agreement will operate, the service requirements, the commercial arrangements and how to submit a Tender can be found in the Procurement Documents.

The Department is using its e-sourcing portal to administer the procurement. Organisations interested in participating in this Procurement must register with https://education.app.jaggaer.com ("Jaggaer"). Once registered, you will be able to search for the opportunity and express an interest. Following this, you will be able to download the Procurement Documents

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: 48

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please refer to the procurement documents for details on how to participate and the tendering requirements

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

Please refer to the procurement documents

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.

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 000-030556

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

Date: 20/06/2024

Local time: 17:00

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: 9 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 20/06/2024

Local time: 17:00

Place:

Tenders are opened electronically via Jaggaer after the tender submission deadline

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The services that are the subject of this procurement are governed by the Public Contracts Regulations 2015 (the “Regulations”) Chapter 3, Section 7 (Social and other specific services); the so called “Light Touch Regime”. The Department is managing this Procurement as an open tendering procedure as set out and described in the Procurement Documents. The Authority is only bound by the application of the Regulations to the extent that they are applicable to Schedule 3 services.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Court of Justices, The Strand

London

UK

Internet address(es)

URL: https://www.judiciary.uk/courts-and-tribunals/high-court/technology-and-construction-court/

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The Department will incorporate a voluntary minimum 10 calendar day standstill period at the point information on the award of the Framework Agreement is communicated to Potential Suppliers.

Potential Suppliers who are unsuccessful shall be informed by the Department as soon as possible after the decision has been made as to the reasons why they were unsuccessful. If any clarification regarding the award of the Framework Agreement has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. The deadlines associated with undertaking such action is outlined in the Regulations.

Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages.

If a contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Department to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the voluntary standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the Framework Agreement is entered into.

VI.4.4) Service from which information about the review procedure may be obtained

Please refer to the Regulations

Please refer to the Regulations

UK

Internet address(es)

URL: https://www.legislation.gov.uk/uksi/2015/102/contents

VI.5) Date of dispatch of this notice

28/03/2024

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education

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:
Daniel.Taylor@education.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.