Tender

National Professional Qualifications Delivery Framework

DEPARTMENT FOR EDUCATION

This public procurement record has 1 release in its history.

Tender

09 Nov 2020 at 19:21

Summary of the contracting process

The Department for Education (DfE) is initiating a tender to establish a multi-supplier Framework for the provision of National Professional Qualifications (NPQs) for Teachers, titled "National Professional Qualifications Delivery Framework." This open procurement is classified under the education and training services industry and is located in England. The procurement process is currently active with a tender period that ends on 21st December 2020. The framework is expected to commence in April 2021 and will last until 8th April 2025, with a total estimated value of £115 million GBP.

This tender presents significant opportunities for educational service providers, particularly those specialising in teaching qualifications and professional training. Businesses including small and medium enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs) should find this framework appealing, as it allows for a flexible partnership approach and the potential for multiple call-offs over its term. Providers must meet a quality threshold and are encouraged to form delivery partnerships, making this an excellent opportunity for educational institutions and training providers aiming to expand their services within the education sector.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

National Professional Qualifications Delivery Framework

Notice Description

The Department for Education (DfE) is procuring a multi-supplier Framework by means of an Open Procurement process, for a four year term, for the provision of National Professional Qualifications (NPQs) for Teachers. The procurement is covered by regulations 74 - 76 (The Light Touch Regime). Both the DfE and Schools will be able to make call offs under the Framework. Providers appointed to the framework will lead the delivery of NPQs from September 2021.Providers will do this by providing schools and teachers with access to the reformed suite of NPQs which includes a NPQH additional support offer for new Head Teachers. Curriculum content designed by providers must cover all the knowledge and skills included the https://www.gov.uk/government/publications/national-professional-qualifications-frameworks-from-september-2021. It is anticipated that DfE will appoint successful Providers to a national Framework Agreement. Under the terms of the Framework Agreement, the DfE and schools will be permitted to make specific purchases (Call Offs) from providers within a four-year term. The number of Providers appointed to the Framework is not limited but in order to be appointed Potential Providers must pass a Quality Threshold, as set out in the procurement documents. It is anticipated that the framework agreement will commence in April 2021 with set up call offs awarded shortly thereafter. Successful Providers that are awarded a set up call off will need to design their curriculum content and establish their delivery model in readiness for cohorts starting in September 2021 and February 2022. The full details of the service requirements are set out in the procurement documents. Additional information: The Public Contracts Regulations 2015 apply to this procurement (the "Regulations"). The Authority is using the Open Procedure in accordance with Regulation 27 of the Regulations. Services of the nature of those covered by this procurement are designated as "Schedule 3" Services (the Social and Other Specific Services) under the Regulations and as such are not subject to the full requirements of the Regulations. The Authority is only bound by the application of the Regulations to the extent that they are applicable to Schedule 3 services. The procurement is covered by Regulations 74 to 76 (the Light Touch Regime). Educational establishments that meet with the criteria listed below will be entitled (but not obliged) to access the framework at any time during the Contract Period. Academy 16 to 19 sponsor led Academy 16-19 converter Academy alternative provision converter Academy alternative provision sponsor led Academy converter Academy special converter Academy special sponsor led Academy sponsor led City technology college Community school Community special school Foundation school Foundation special school Free schools Free schools 16 to 19 Free schools alternative provision Free schools special Local authority nursery school Non-maintained special school Pupil referral unit Studio schools University technical college Voluntary aided school Voluntary controlled school British schools overseas Higher education institutions Independent schools Welsh establishment Miscellaneous Offshore schools Secure units Other independent school Other independent special school Service children's education Sixth form centres Special post 16 institution Further education/ Further education and sixth form colleges which receive state funding for 16-19 education from the ESFA Institution funded by other Government Department Other international schools* *As defined by schools overseas which do not fit into other categories above The current list of educational establishments that meet with one or more of the criteria listed above can be found at: https://www.get-information-schools.service.gov.uk/ The DfE recognises that Providers may need to build their capacity and delivery partnerships over the term of the Framework Agreement. Therefore, DfE is proposing to create flexibility for providers to add new delivery partners once they are appointed to the Framework. To encourage the formation of initial delivery partnerships, the DfE intends to host networking events with successful Providers and potential delivery partners w/c 12 April 2021. Further details on these events will be provided in due course.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-00b52377-14e3-4281-a46a-aab61db1de5c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/7a8fea2c-e0aa-47c3-957e-979a7b7cd994
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (above threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80000000 - Education and training services

Notice Value(s)

Tender Value
£115,000,000 £100M-£1B
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
9 Nov 20205 years ago
Submission Deadline
21 Dec 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
8 Apr 2021 - 8 Apr 2025 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT FOR EDUCATION
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
LONDON
Postcode
SW1P 3BT
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-00b52377-14e3-4281-a46a-aab61db1de5c-2020-11-09T19:21:18Z",
    "date": "2020-11-09T19:21:18Z",
    "ocid": "ocds-b5fd17-00b52377-14e3-4281-a46a-aab61db1de5c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_241920/893033",
        "title": "National Professional Qualifications Delivery Framework",
        "description": "The Department for Education (DfE) is procuring a multi-supplier Framework by means of an Open Procurement process, for a four year term, for the provision of National Professional Qualifications (NPQs) for Teachers. The procurement is covered by regulations 74 - 76 (The Light Touch Regime). Both the DfE and Schools will be able to make call offs under the Framework. Providers appointed to the framework will lead the delivery of NPQs from September 2021.Providers will do this by providing schools and teachers with access to the reformed suite of NPQs which includes a NPQH additional support offer for new Head Teachers. Curriculum content designed by providers must cover all the knowledge and skills included the https://www.gov.uk/government/publications/national-professional-qualifications-frameworks-from-september-2021. It is anticipated that DfE will appoint successful Providers to a national Framework Agreement. Under the terms of the Framework Agreement, the DfE and schools will be permitted to make specific purchases (Call Offs) from providers within a four-year term. The number of Providers appointed to the Framework is not limited but in order to be appointed Potential Providers must pass a Quality Threshold, as set out in the procurement documents. It is anticipated that the framework agreement will commence in April 2021 with set up call offs awarded shortly thereafter. Successful Providers that are awarded a set up call off will need to design their curriculum content and establish their delivery model in readiness for cohorts starting in September 2021 and February 2022. The full details of the service requirements are set out in the procurement documents. Additional information: The Public Contracts Regulations 2015 apply to this procurement (the \"Regulations\"). The Authority is using the Open Procedure in accordance with Regulation 27 of the Regulations. Services of the nature of those covered by this procurement are designated as \"Schedule 3\" Services (the Social and Other Specific Services) under the Regulations and as such are not subject to the full requirements of the Regulations. The Authority is only bound by the application of the Regulations to the extent that they are applicable to Schedule 3 services. The procurement is covered by Regulations 74 to 76 (the Light Touch Regime). Educational establishments that meet with the criteria listed below will be entitled (but not obliged) to access the framework at any time during the Contract Period. Academy 16 to 19 sponsor led Academy 16-19 converter Academy alternative provision converter Academy alternative provision sponsor led Academy converter Academy special converter Academy special sponsor led Academy sponsor led City technology college Community school Community special school Foundation school Foundation special school Free schools Free schools 16 to 19 Free schools alternative provision Free schools special Local authority nursery school Non-maintained special school Pupil referral unit Studio schools University technical college Voluntary aided school Voluntary controlled school British schools overseas Higher education institutions Independent schools Welsh establishment Miscellaneous Offshore schools Secure units Other independent school Other independent special school Service children's education Sixth form centres Special post 16 institution Further education/ Further education and sixth form colleges which receive state funding for 16-19 education from the ESFA Institution funded by other Government Department Other international schools* *As defined by schools overseas which do not fit into other categories above The current list of educational establishments that meet with one or more of the criteria listed above can be found at: https://www.get-information-schools.service.gov.uk/ The DfE recognises that Providers may need to build their capacity and delivery partnerships over the term of the Framework Agreement. Therefore, DfE is proposing to create flexibility for providers to add new delivery partners once they are appointed to the Framework. To encourage the formation of initial delivery partnerships, the DfE intends to host networking events with successful Providers and potential delivery partners w/c 12 April 2021. Further details on these events will be provided in due course.",
        "datePublished": "2020-11-09T19:21:18Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "80000000",
            "description": "Education and training services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 115000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (above threshold)",
        "tenderPeriod": {
            "endDate": "2020-12-21T00:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2021-04-09T00:00:00+01:00",
            "endDate": "2025-04-08T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/7a8fea2c-e0aa-47c3-957e-979a7b7cd994",
                "datePublished": "2020-11-09T19:21:18Z",
                "format": "text/html",
                "language": "en"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Link to Jaggaer eTendering Portal",
                "url": "https://education.app.jaggaer.com/"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-99308",
            "name": "Department for Education",
            "identifier": {
                "legalName": "Department for Education"
            },
            "address": {
                "streetAddress": "Sanctuary Buildings, 20 Great Smith Street",
                "locality": "London",
                "postalCode": "SW1P 3BT",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Department for Education",
                "email": "NPQ.Procurement@education.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-99308",
        "name": "Department for Education"
    }
}