Notice Information
Notice Title
Reception Baseline Assessment Quality Assurance
Notice Description
The Requirement STA are looking to procure a supplier to work with us to determine appropriate models for assuring the national data from the reception baseline. Once models have been determined, STA will agree up to three approaches to be implemented by the supplier in small scale pilots during September/October 2015. The supplier will also be responsible for evaluating the approaches using evidence from the pilots with the aim of recommending an approach to be implemented from September 2016. Key Supplier Requirements: * Organisational capability and experience of designing and conducting quality assurance processes in an educational environment. * Proven experience in delivering a product to time and quality using an agreed methodology. * Ability to source and train appropriately qualified representatives. * Ability to collate and analyse data to evaluate options. * Based on evidence received make recommendations. * Ensure the security of information. Background The DfE will use a new reception baseline assessment to capture the starting point from which the progress that schools make with their pupils will be measured. The content of the reception baseline will reflect the knowledge and understanding of children at the start of reception, and will be clearly linked to the learning and development requirements of the Early Years Foundation Stage and key stage 1 national curriculum in English and Mathematics. The reception baseline will be administered within the first half term of a pupil's entry to a reception class. Data from the reception baseline will be used to hold schools to account; it must therefore be valid and reliable. Although the reception baseline suppliers are undertaking some activities to quality assure the data they submit, their customer/supplier relationship with schools means that additional central quality assurance will be required. The reception baseline is a new assessment and the Department has not quality assured assessments of this nature before. As a result, we need to pilot and evaluate different approaches to see what works. Indicative Timeline Contract Notice and Invitation to Tender Issued on Contracts Finder 25/03/15 Closing Date for Clarification Questions 01/06/15 Closing date for receipt of bids 08/06/15 Evaluate bids 08/06/15 Award Decision issued to bidders 19/06/15 10-day Standstill period until 29/06/15 Start-up meeting / Contract Start 01/07/15 See 'Attachments' for more information
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-41302484-adc8-11e6-9901-0019b9f3037b
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/7f09f8d7-c135-4a48-8fdb-ebc9906db881
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Planned Procurement Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Not Specified
- Procurement Method Details
- 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
- £400,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Nov 20169 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 25 Mar 2015Expired
- Award Date
- Not specified
- Contract Period
- 30 Jun 2015 - 29 Jan 2016 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planned
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
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
- COVENTRY
- Postcode
- CV1 3BH
- Post Town
- Coventry
- Country
- England
-
- Major Region (ITL 1)
- TLG West Midlands (England)
- Basic Region (ITL 2)
- TLG3 West Midlands
- Small Region (ITL 3)
- TLG33 Coventry
- Delivery Location
- Not specified
-
- Local Authority
- Coventry
- Electoral Ward
- Sherbourne
- Westminster Constituency
- Coventry North West
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/7f09f8d7-c135-4a48-8fdb-ebc9906db881
19th March 2015 - Future opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/Attachment/eb5ae52e-2a46-4a02-be23-61d40ec0c540
Word version of the advert
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-b5fd17-41302484-adc8-11e6-9901-0019b9f3037b-2016-11-18T20:17:25Z",
"date": "2016-11-18T20:17:25Z",
"ocid": "ocds-b5fd17-41302484-adc8-11e6-9901-0019b9f3037b",
"language": "en",
"initiationType": "tender",
"planning": {
"budget": {
"budgetBreakdown": [
{
"id": "1",
"period": {
"startDate": "2015-04-01T00:00:00+01:00",
"endDate": "2016-03-31T23:59:59+01:00"
},
"description": "2015/2016",
"amount": {
"amount": 400000,
"currency": "GBP"
}
}
]
},
"documents": [
{
"id": "1",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/7f09f8d7-c135-4a48-8fdb-ebc9906db881",
"datePublished": "2015-03-19T10:50:51Z",
"format": "text/html",
"language": "en"
},
{
"id": "2",
"documentType": "application/vnd.openxmlformats-officedocument.wordprocessingml.document",
"description": "Word version of the advert",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/eb5ae52e-2a46-4a02-be23-61d40ec0c540",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
]
},
"tender": {
"id": "1254",
"title": "Reception Baseline Assessment Quality Assurance",
"description": "The Requirement STA are looking to procure a supplier to work with us to determine appropriate models for assuring the national data from the reception baseline. Once models have been determined, STA will agree up to three approaches to be implemented by the supplier in small scale pilots during September/October 2015. The supplier will also be responsible for evaluating the approaches using evidence from the pilots with the aim of recommending an approach to be implemented from September 2016. Key Supplier Requirements: * Organisational capability and experience of designing and conducting quality assurance processes in an educational environment. * Proven experience in delivering a product to time and quality using an agreed methodology. * Ability to source and train appropriately qualified representatives. * Ability to collate and analyse data to evaluate options. * Based on evidence received make recommendations. * Ensure the security of information. Background The DfE will use a new reception baseline assessment to capture the starting point from which the progress that schools make with their pupils will be measured. The content of the reception baseline will reflect the knowledge and understanding of children at the start of reception, and will be clearly linked to the learning and development requirements of the Early Years Foundation Stage and key stage 1 national curriculum in English and Mathematics. The reception baseline will be administered within the first half term of a pupil's entry to a reception class. Data from the reception baseline will be used to hold schools to account; it must therefore be valid and reliable. Although the reception baseline suppliers are undertaking some activities to quality assure the data they submit, their customer/supplier relationship with schools means that additional central quality assurance will be required. The reception baseline is a new assessment and the Department has not quality assured assessments of this nature before. As a result, we need to pilot and evaluate different approaches to see what works. Indicative Timeline Contract Notice and Invitation to Tender Issued on Contracts Finder 25/03/15 Closing Date for Clarification Questions 01/06/15 Closing date for receipt of bids 08/06/15 Evaluate bids 08/06/15 Award Decision issued to bidders 19/06/15 10-day Standstill period until 29/06/15 Start-up meeting / Contract Start 01/07/15 See 'Attachments' for more information",
"status": "planned",
"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": 400000,
"currency": "GBP"
},
"communication": {
"futureNoticeDate": "2015-03-25T00:00:00Z"
},
"contractPeriod": {
"startDate": "2015-07-01T00:00:00+01:00",
"endDate": "2016-01-29T23:59:59Z"
},
"suitability": {
"sme": true,
"vcse": true
}
},
"parties": [
{
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/QfDr2jb7",
"name": "Department For Education",
"identifier": {
"legalName": "Department For Education",
"scheme": "GB-SRS",
"id": "sid4gov.cabinetoffice.gov.uk/QfDr2jb7"
},
"address": {
"streetAddress": "Floor 7, 53-55 BUTTS ROAD, Earlsdon Park",
"locality": "Coventry",
"postalCode": "CV1 3BH",
"countryName": "England"
},
"contactPoint": {
"name": "Chris Davies",
"email": "Reception.baseline@education.gsi.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-SRS-sid4gov.cabinetoffice.gov.uk/QfDr2jb7",
"name": "Department For Education"
}
}