Award

ID 4458407 DE - Standardisation of Pre-School Education Programme Scoping Study

DEPARTMENT OF EDUCATION

This public procurement record has 2 releases in its history.

Award

01 Mar 2023 at 11:49

Tender

06 Jan 2023 at 16:57

Summary of the contracting process

The Department of Education in the United Kingdom has completed a tender process for the "Standardisation of Pre-School Education Programme Scoping Study". This procurement falls under the business services category and aims to standardise the pre-school education programme throughout Northern Ireland. The contract involves conducting a research study to analyse the readiness of individual pre-school settings for standardisation, provide training and qualification options, and explore advice and support models within the programme. The contract was awarded to RSM UK Consulting LLP with a total value of £195,639.00 GBP, signed on 28th February 2023.

This tender presents an opportunity for business growth in the consultancy, recruitment, and management services sectors. Businesses with expertise in business consultancy, research consultancy, and related services would be well-suited to bid for this contract. The procurement method used was an open procedure, offering fair competition for interested firms. The submission deadline was on 6th February 2023, and the tender allowed for electronic submissions. The Department of Education plays a critical role as the buyer in this process, aiming to enhance the quality of the pre-school education programme through this tender.

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

ID 4458407 DE - Standardisation of Pre-School Education Programme Scoping Study

Notice Description

The Department of Education (DE) is working towards standardisation of the DE Pre-school Education Programme (PSEP) throughout Northern Ireland. The overall aim of the contract is to appoint a Contractor to conduct a research study that will: * provide an analysis of the current state of readiness of individual PSEP settings of moving to a minimum of 22.5 hours per week standardised offer, including identifying opportunities for greater alignment of other aspects of PSEP; * examine the current training and qualification requirements within PSEP and provide costed options for a programme of CPD; and * examine the current advice and support available within PSEP and provide costed options for models of delivering advice and support.

Lot Information

Lot 1

The Department of Education (DE) is working towards standardisation of the DE Pre-school Education Programme (PSEP) throughout Northern Ireland. The overall aim of the contract is to appoint a Contractor to conduct a research study that will: * provide an analysis of the current state of readiness of individual PSEP settings of moving to a minimum of 22.5 hours per week standardised offer, including identifying opportunities for greater alignment of other aspects of PSEP; * examine the current training and qualification requirements within PSEP and provide costed options for a programme of CPD; and * examine the current advice and support available within PSEP and provide costed options for models of delivering advice and support.

Options: Following the initial contract period there is one option to extend for up to six months

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0395b4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/005978-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

73 - Research and development services and related consultancy services

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

73210000 - Research consultancy services

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

79400000 - Business and management consultancy and related services

79410000 - Business and management consultancy services

79419000 - Evaluation consultancy services

79420000 - Management-related services

79600000 - Recruitment services

Notice Value(s)

Tender Value
£200,000 £100K-£500K
Lots Value
£200,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£195,639 £100K-£500K

Notice Dates

Publication Date
1 Mar 20232 years ago
Submission Deadline
6 Feb 2023Expired
Future Notice Date
Not specified
Award Date
28 Feb 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
DEPARTMENT OF EDUCATION
Contact Name
SSDAdmin.CPDfinance-ni.gov.uk
Contact Email
de.dewebmail@education-ni.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BANGOR
Postcode
BT19 7PR
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN09 Ards and North Down
Delivery Location
TLN Northern Ireland

Local Authority
Ards and North Down
Electoral Ward
Ballygrainey
Westminster Constituency
North Down

Supplier Information

Number of Suppliers
1
Supplier Name

RSM UK CONSULTING

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-h6vhtk-0395b4-2023-03-01T11:49:59Z",
    "date": "2023-03-01T11:49:59Z",
    "ocid": "ocds-h6vhtk-0395b4",
    "description": "Contract Monitoring. The successful contractor's performance on the contract will be regularly monitored. Contractors not delivering.... on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach.... satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach.... satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs.... and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave.... professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated..... The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions.... being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a.... period of twelve months from the date of issue of the certificate.",
    "initiationType": "tender",
    "tender": {
        "id": "4458407",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID 4458407 DE - Standardisation of Pre-School Education Programme Scoping Study",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79000000",
            "description": "Business services: law, marketing, consulting, recruitment, printing and security"
        },
        "mainProcurementCategory": "services",
        "description": "The Department of Education (DE) is working towards standardisation of the DE Pre-school Education Programme (PSEP) throughout Northern Ireland. The overall aim of the contract is to appoint a Contractor to conduct a research study that will: * provide an analysis of the current state of readiness of individual PSEP settings of moving to a minimum of 22.5 hours per week standardised offer, including identifying opportunities for greater alignment of other aspects of PSEP; * examine the current training and qualification requirements within PSEP and provide costed options for a programme of CPD; and * examine the current advice and support available within PSEP and provide costed options for models of delivering advice and support.",
        "value": {
            "amount": 200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Department of Education (DE) is working towards standardisation of the DE Pre-school Education Programme (PSEP) throughout Northern Ireland. The overall aim of the contract is to appoint a Contractor to conduct a research study that will: * provide an analysis of the current state of readiness of individual PSEP settings of moving to a minimum of 22.5 hours per week standardised offer, including identifying opportunities for greater alignment of other aspects of PSEP; * examine the current training and qualification requirements within PSEP and provide costed options for a programme of CPD; and * examine the current advice and support available within PSEP and provide costed options for models of delivering advice and support.",
                "value": {
                    "amount": 200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 180
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": true,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "AC1 - Proposed Methodology - Current state of sector for moving to standardised PSEP",
                            "type": "quality",
                            "description": "10.4"
                        },
                        {
                            "name": "AC2 - Proposed Methodology - Training and qualification requirements of the workforce to provide a high quality standardised PSEP",
                            "type": "quality",
                            "description": "10.4"
                        },
                        {
                            "name": "AC3 - Proposed Methodology - Analysis of the advice and support available to all PSEP and costed options for providing consistent and high-quality advice and support to all PSEP settings to support delivery of a standardised offer",
                            "type": "quality",
                            "description": "10.4"
                        },
                        {
                            "name": "AC4 - Lead Consultant Experience",
                            "type": "quality",
                            "description": "10.4"
                        },
                        {
                            "name": "AC5 - Team Experience",
                            "type": "quality",
                            "description": "17.6"
                        },
                        {
                            "name": "AC6 - Contract and Contingency Management",
                            "type": "quality",
                            "description": "10.4"
                        },
                        {
                            "name": "AC7 - Social Value",
                            "type": "quality",
                            "description": "10.4"
                        },
                        {
                            "name": "AC8 Total Contract Price",
                            "type": "cost",
                            "description": "20"
                        }
                    ]
                },
                "options": {
                    "description": "Following the initial contract period there is one option to extend for up to six months"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79400000",
                        "description": "Business and management consultancy and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79600000",
                        "description": "Recruitment services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79420000",
                        "description": "Management-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79410000",
                        "description": "Business and management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "73210000",
                        "description": "Research consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79419000",
                        "description": "Evaluation consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-02-06T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-05-07T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2023-02-06T15:30:00Z"
        },
        "bidOpening": {
            "date": "2023-02-06T15:30:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into."
    },
    "parties": [
        {
            "id": "GB-FTS-72282",
            "name": "Department of Education",
            "identifier": {
                "legalName": "Department of Education"
            },
            "address": {
                "streetAddress": "Balloo Road",
                "locality": "Bangor",
                "region": "UK",
                "postalCode": "BT19 7PR",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "SSDAdmin.CPDfinance-ni.gov.uk",
                "email": "DE.DEWebMail@education-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-26975",
            "name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.",
            "identifier": {
                "legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended."
            },
            "address": {
                "locality": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-76503",
            "name": "Department of Education",
            "identifier": {
                "legalName": "Department of Education"
            },
            "address": {
                "streetAddress": "Rathgael House, Balloo Road",
                "locality": "Bangor",
                "region": "UK",
                "postalCode": "BT19 7NA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "DE.DEWebMail@education-ni.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-41781",
            "name": "RSM UK Consulting LLP",
            "identifier": {
                "legalName": "RSM UK Consulting LLP"
            },
            "address": {
                "streetAddress": "NUMBER ONE LANYON QUAY",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT13LG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890234343",
                "email": "tenders.pacec.nir@rsmuk.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-25435",
            "name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended",
            "identifier": {
                "legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-76503",
        "name": "Department of Education"
    },
    "language": "en",
    "awards": [
        {
            "id": "005978-2023-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-41781",
                    "name": "RSM UK Consulting LLP"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "005978-2023-1-1",
            "awardID": "005978-2023-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 195639,
                "currency": "GBP"
            },
            "dateSigned": "2023-02-28T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}