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: Commercial.HELPDESK@education.gov.uk
NUTS: UK
Internet address(es)
Main address: www.gov.uk/dfe
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.screencast.com/t/o6NHgMNjnf?_ncp=1608711866229.1070391-1
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.screencast.com/t/o6NHgMNjnf?_ncp=1608711866229.1070391-1
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
446000
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.1.4) Short description
The EdTech board:
The education technology (EdTech) board will support with producing expert guidance from industry leaders and Subject matter experts. We aim to encourage edtech companies to generate more evidence by establishing product quality standards "kitemarks" and testing assessment methods.
During year 1, we aim for our supplier to create criteria against which edtech evidence could be assessed in terms of its efficacy for teaching and learning. In addition, consulting the market on this approach to overcome potential barriers and begin securing buy in, as well as scoping out which sector experts may by best placed to assess products against the created criteria. The supplier would also advise on a potential future sub-commitee of experts.
The second year would be a co-pilot year of the evidence board in action, securing the subcommittee of experts (e.g. company representatives, data scientists, regulators, charities, academics, expert teachers) to assess edtech product evidence against the criteria and give judgements which could be made available to the sector, ratified by an overarching board.
II.1.5) Estimated total value
Value excluding VAT:
446 000.00
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
II.2.4) Description of the procurement
The EdTech board:
The education technology (EdTech) board will support with producing expert guidance from industry leaders and Subject matter experts. We aim to encourage edtech companies to generate more evidence by establishing product quality standards "kitemarks" and testing assessment methods.
During year 1, we aim for our supplier to create criteria against which edtech evidence could be assessed in terms of its efficacy for teaching and learning. In addition, consulting the market on this approach to overcome potential barriers and begin securing buy in, as well as scoping out which sector experts may by best placed to assess products against the created criteria. The supplier would also advise on a potential future sub-commitee of experts.
The second year would be a co-pilot year of the evidence board in action, securing the subcommittee of experts (e.g. company representatives, data scientists, regulators, charities, academics, expert teachers) to assess edtech product evidence against the criteria and give judgements which could be made available to the sector, ratified by an overarching board.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
446 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
10/12/2024
End:
31/03/2026
This contract is subject to renewal: Yes
Description of renewals:
The EdTech board:
The education technology (EdTech) board will support with producing expert guidance from industry leaders and Subject matter experts. We aim to encourage edtech companies to generate more evidence by establishing product quality standards "kitemarks" and testing assessment methods.
During year 1, we aim for our supplier to create criteria against which edtech evidence could be a
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 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:
No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2010/S 123-123456
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/05/2025
Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
04/11/2024
Local time: 17:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Department for Education
London
UK
VI.5) Date of dispatch of this notice
22/05/2025