Loading page content…
Loading page content…
Loading contract search results…
79 matching procurements · Click a result to see its full lifecycle · Updated daily · Contracts Finder + Find a Tender Service
Education Commercial Services (ECS) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of ethically and sustainably sourced Construction, Works and Professional Services from a wide range of suppliers who can make a positive impact on the environment and our communities whilst managing the increasing risk of modern slavery in their sectors. Education Commercial Services (ECS) is the trading name of Bishop Wilkinson Commercial Services Ltd, a wholly owned subsidiary of Bishop Wilkinson Catholic Education Trust (BWCET) who provide specialist procurement services to the education sector. We are focused on providing high quality commercial support to the education sector UK wide. Our goal is to ensure we use the most effective and compliant route to market for the customer, taking into account their individual objectives and values. We identify savings whilst delivering Social Value benefits, managing Decarbonisation, Biodiversity, Deforestation, Resource use, Health & Safety, and supporting the local economy and communities. This DPS will be available and open to the full Public Sector across all regions within the United Kingdom (UK), and has been set up provide public sector buyers with an ethical and sustainable route to market for Construction, Works and associated Professional Services to have a focus on ethical and sustainable practices across suppliers and their supply chains to drive social and environmental impact. The DPS will create the following benefits across all sectors, locations and suppliers: • support local SMEs, charities and social enterprises by providing a platform for growth thereby supporting the local economy • increase the creation of social value within the following themes: Covid-19 Recovery, Tackling Economic Inequality, Fighting Climate Change, Equal Opportunity and Wellbeing • reduce impact on the environment, whether this be carbon, water, waste reduction and/or circular economy principles • Mandated sign up to the Government prompt payment policy for suppliers and subcontractors to support local businesses • Improve supplier awareness and encourage suppliers to embed new working practices in relation to ethical supply, sustainability, community and employee support throughout the supply chain When applying to the DPS suppliers, are required to indicate which categories they are applying for, in order to be invited to the relevant competitions. Customers will use the categories to shortlist appointed suppliers and invite them to further competition The three (3) categories compromise of: • Service Category • Geographical Location • Additional Capabilities Fully compliant with the Public Contracts regulations 2015
From £1
Contract value
Bishop Wilkinson Catholic Education Trust (BWCET) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of commonly used goods and services from a wide range of suppliers to create an ethical and sustainable supply chain to deliver social value in local communities. Education Commercial Services (ECS) is the trading name of Bishop Wilkinson Commercial Services Ltd, a wholly owned subsidiary of Bishop Wilkinson Catholic Education Trust (BWCET) who provide specialist procurement services to the education sector. Education Commercial Services (ECS) is focused on providing high quality commercial support to the education sector with a specific focus on supporting the North East region. Our goal is to ensure we use the most effective and compliant route to market for the customer, taking into account their individual objectives whilst identifying savings, social value benefits and supporting the local economy and communities. Although ECS currently has a focus within the education sector in the North East, the DPS will be available and open to the full Public Sector to access an ethical and sustainable supply chain for commonly used goods and services across all regions within the United Kingdom (UK). The DPS has been designed and set up to have a focus on ethical and sustainable practices across suppliers and their supply chain to drive social value outcomes The DPS will create the following benefits across all sectors, locations and suppliers: • support local SMEs, charities and social enterprises by providing a platform for growth thereby supporting the local economy • increase the creation of social value within the following themes: Covid-19 Recovery, Tackling Economic Inequality, Fighting Climate Change, Equal Opportunity and Wellbeing • reduce impact on the environment, whether this be carbon, water, waste reduction and/or circular economy principles • encourage 10-day payment terms for suppliers and subcontractors to support local businesses • create supplier awareness and encourage suppliers to embed new working practices in relation to ethical supply, sustainability, community and employee support throughout the supply chain When applying to the DPS suppliers, are required to indicate which categories they are applying for, in order to be invited to the relevant competitions. Customers will use the categories to shortlist appointed suppliers and invite them to further competition The three (3) categories compromise of: • Service Category • Geographical Location • Additional Capabilities Additional information: Bishop Wilkinson Catholic Education Trust (BWCET) are seeking to establish a Dynamic Purchasing System (DPS) for the provision of commonly used goods and services from a wide range of suppliers to create an ethical and sustainable supply chain to deliver social value in local communities. When applying to the DPS suppliers, are required to indicate which categories they are applying for, in order to be invited to the relevant competitions. Customers will use the categories to shortlist appointed suppliers and invite them to further competition The three (3) categories compromise of: • Service Category - based on CPV codes • Geographical Location - based on NUTS codes • Additional Capabilities
Value undisclosed
THE DEPARTMENT HAS ENACTED A PAUSE TO THE PROCUREMENT IN ACCORDANCE WITH THE TERMS AND CONDITIONS OF THE ITT ON 06/03/2024. So as not to allow the opportunity to close, the Department is including a new arbitrary closing date in the future. This date is not an official closing date for the opportunity. It is an arbitrary date which we have included on the system simply to ensure the opportunity remains open. The Department will inform all bidders of the next steps in this procurement process, including any updated timelines, in due course via the Department's e-tendering portal (Jaggaer). THIS IS A CONTRACT OPPORTUNITY The Department is seeking to appoint one or more Prime Supplier(s) as part of the Tackling Antisemitism in Education (TAE) Programme, from FY24-25 to FY26-27. Aims / Outcomes The aim of the TAE programme is to support schools, colleges, and universities to tackle antisemitism effectively by: Increasing understanding of antisemitism amongst staff and learners Increasing staff ability to identify and tackle incidents of antisemitism Providing schools and colleges with the skills and necessary tools for institutions to improve policies and processes to facilitate organisational cultural change to better identify and deal with instances of antisemitism Providing education staff with the necessary tools to hold and facilitate discussions on the historic and current conflicts and tackling disinformation. Additional information: The procurement is split into two distinct lots: Lot 1 - Developing and implementing a programme of initiatives aimed at tackling antisemitism in universities. The cornerstone of this contract will be the development, testing and rollout of a Quality Seal for universities, that will allow universities to demonstrate practical commitment to the International Holocaust Remembrance Alliance (IHRA) definition of antisemitism, and to the safety and welfare of Jewish staff and students. This should be developed in such a way that the Quality Seal Scheme could become self-sustaining beyond contract exit and allow for routine assessment of universities for its award and retainment. Alongside this, the Supplier will also be responsible for the development and implementation of supporting resources, and a research programme. Lot 2 - Developing and implementing a programme of initiatives aimed at tackling antisemitism in schools and colleges. This will involve the development and rollout of training for school and college staff and student engagement opportunities. This should be appropriately tailored to the differing needs and requirements of schools and colleges; and developed in such a way as to create a long-lasting legacy beyond the lifetime of the project, via a "train-the-trainer" approach and champion network . Alongside this, the Supplier(s) will also be responsible for the development and implementation of supporting resources , including on the situation in Israel following the terrorist attacks on 7th October, which tackle mis- and disinformation, and can be used in student engagement activity The Department is committed to ensuring a fair and transparent competition in line with PCR 2015. We encourage all interested parties to submit tenders in line with the instructions that will be published in due course. We also welcome consortia bids, bids from SME's and VCSC's etc. To express your interest in this opportunity and gain full access to the procurement documents please navigate to the Departments e-Tendering portal: Jaggaer https://education.app.jaggaer.com
Value undisclosed
The ITT Reform Programme aims to ensure that there are enough, well-prepared, well trained, and confident newly qualified teachers in the system. Central to this is ensuring that initial teacher training (ITT) is of the highest possible quality. The ITT Reform Programme is at the forefront of delivering significant reforms to raise the standard of ITT provision in England and plays a key role in managing standards through regulatory measures. A new and flexible pool of ITT Market Quality Associates is required to help support the ITT market as we progress through this re-shaping of the ITT market. Associates will play a key role in delivering DfE's ITT policy ambition, providing expertise and assurance that the new ITT market has high-quality design, content, and delivery in line with the ITT Core Content Framework and new quality requirements. They will also support the anticipated closure of a number of providers, ensuring smooth market exit and transfer of trainees to other providers. Please refer to the application pack for further information, including: 1.Service requirements and responsibilities 2.Person Specification 3.Terms of Appointment 4.How to apply 5.Selection 6.Application form
£750,000
Contract value
The Department for Education intends to deliver a new network of Early Years Stronger Practice Hubs in England. The Hubs will be responsible for supporting other early years settings with adopting evidence-based practice improvements to address key COVID-19 recovery issues and build local networks for sharing effective practice. Building on the Early Years Foundation Stage reforms, the Hubs will be existing, well-established early years settings with expertise and knowledge of what works to support child outcomes, and the supporting evidence base. Hubs will also have demonstrable experience of delivering effective practice for the benefit of children. The programme is part of the Department for Education's £180 million investment in recovery support in the early years sector. The objective for this tender is to support the delivery of 18 Hubs over the duration of the contract. This will involve co-designing and running an exercise to select the Stronger Practice Hubs, providing oversight and quality assurance of the Hubs throughout the delivery period and facilitating best practice and intelligence sharing between Hubs and with the Department for Education and other partners. This contract will run from July 2022 to December 2024, with a possible contract extension of one year. The programme set up period will run from July 2022 to November 2022, with Hubs expected to launch in November 2022. Programme delivery will run until October 2024, followed by a two-month wind-down period at the end of the contract. Additional information: This opportunity is being run via the DfE's Jaggaer re-procurement system. Please see the below link. This opportunity is being run via the DfE's Jaggaer re-procurement system. Please see the below link.
From £500,000
Contract value
Supported Internships (SIs) are a work-based study programme for 16-24 year olds with SEND who have an Education Health and Care plan, who want to move into employment and who need extra support to do so. SIs are designed to equip young people with the skills they need to secure and sustain employment through learning in the workplace. The DfE wants to build the capacity of the SI programme and are aiming to double the number of SIs from c.2,250 internship enrolments per annum to c.4,500 per annum by 2025. We are commissioning two contracts to deliver services to meet these aims. Lot 1 'Strengthening the Supported Internships Programme' with a total budget of up to £5,570,000 including VAT across a 32-month period with an optional break clause at 20-months. This contract will commence 1st August 2022. Activity will include: Support to Local Authorities to establish and develop SEND employment forums, including administering and monitoring of section 14 grants Engaging and supporting employers to offer high quality work placements Establishing a sustainable process to improve the quality of Supported Internship provision, using a Quality Assurance framework Communication activity Programme co-ordination Lot 2 'Delivery of Job Coach training' contract with a total budget of £1,500,000 including VAT across a 32-month period with an optional break clause at 20-months. This contract will commence 1st August 2022. Activity will include: Delivery of job coach training Our approach to the commissioning of these services, and associated funding allocations has now been finalised following early market engagement. The full tender documentation can now be accessed on the Departments e-procurement portal, Jaggaer: https://education.app.jaggaer.com (Ref: 6677) Bidders must submit their Bids before 12 Noon on Friday 13th May 2022. All Bids must be submitted through the Jaggaer e-procurement portal.
£7,070,000
Contract value
NOTE: This notice was updated on 17 May 2022 for the following reason: Error in publication -notice withdrawn, his notice was published in error and is not a valid.(Northern Education Trust is a multi-academy trust (MAT), made up of 11 primary academies and 10 secondary, which are located from Northumberland to Greater Manchester. The Trust employs a total of 1,715 employees. We established the Northern Education Trust Staff College (NETSC) 18 months ago to provide outstanding training and professional development opportunities across a number of disciplines for the educational sector. As part of the NETSC offer we often work with academies, schools and stakeholders external to the Trust to offer leadership guidance, support and school improvement in all phases of education. We are now looking to appoint a provider who can both formally accredit the school improvement impact of existing leaders, and market those leaders to the education sector as a whole. Our model of school improvement includes a commitment to network development and system leadership and we are hopeful that this project will give further stature and confidence to interested parties of leaders' ability to provide exceptional support and rapid school improvement. We are proposing a 2 year contract with a capped maximum value of £20,000. The preferred provider to NET will be required to promote their accreditation at their risk with no payments made if senior leaders choose not to apply.) Additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
From £10,000
Contract value
<Please note that the closing date for applications has been extended until Friday 24 June> Overview: Regular attendance at school is vital for pupils' education, well-being, and mental health. Our schools white paper made clear that supporting schools, trusts and local authorities to maximise attendance is a central priority for the department. Following public consultation, we recently published guidance setting out how we expect local authorities (LAs), schools and trusts to work together to improve attendance. The guidance will apply from September 2022 and the Secretary of State has committed to it becoming statutory no sooner than September 2023. This guidance is intended improve the quality and consistency of support for attendance across the country: this will mean changes in practice and working for all schools, trusts and LAs. To help LAs, specifically, to implement the expectations in the new guidance, we intend to expand our existing team of 5 attendance advisers and support more authorities across the country. We are looking to recruit an additional 3-6 advisers to work with specifically with LAs. In line with the new guidance, advisers will support LAs to: • Review and develop a strategy for managing attendance across their local area. • Consider how to make best use of their existing staff and other resources to support strong attendance. • Ensure that attendance is considered and embedded across all relevant services in the authority. • Review their use of attendance data to target efforts to improve attendance. • Build strong relationships with schools, families, and other partners in the local area. We are also looking to appoint an additional 1-2 advisers to work specifically with MATs and schools to review their current approach to tackling persistent absence. Advisers will work closely with their schools and trusts supporting them to: develop effective strategy, systems and practice; use data effectively; and develop a whole school culture of excellent attendance. Please refer to the application pack for further information, including: 1. Role description and responsibilities 2. Person Specification 3. Terms of Appointment 4. How to apply 5. Selection 5. Application form Additional information: 'Please note that the closing date for applications has been extended until Friday 24 June' To apply for one of these roles please submit the application form above, the contact details of two referees, and a CV/ job history (maximum 2 sides) by email to: school.attendance@education.gov.uk. Please email school.attendance@education.gov.uk if you have any questions or require further information about these roles.
£350,000
Contract value
The Standards and Testing Agency (STA) requires external professional proofing and pre-flight services for: - Proofing and quality assurance review of KS1 and KS2 national curriculum test materials and phonics check, including electronic mark-up of identified amendments; - Proofing and quality assurance review of KS1 and KS2 modified national curriculum test materials, including electronic mark-up of identified amendments; and - carrying out pre-flight checks to ensure accurate printing of test materials, including electronic mark-up of identified amendments. The supplier will need to: - commit appropriate resources to working on the work packages between August 2022 and August 2023; - be flexible to accommodate resource needs, providing additional resources at short notice to complete proofing and pre-flight activities to agreed timelines and to required quality standards; - possess substantial and recent expertise in professional proofing and pre-flight checks of documents for print; - possess substantial and recent expertise in producing electronic mark-ups of documents using Adobe Acrobat Pro; - understand the development of materials and use of design guidelines and have experience in reviewing confidential materials for assessment; - possess the ability to communicate effectively with various stakeholders provide constructive feedback and be prepared to provide workable solutions to any problems and/or issues identified during this project; - comply with STA's security procedures to maintain the integrity of the tests, including: o secure onsite working areas; o secure methods of electronic transfer and storage; o secure deletion/destruction of materials at the end of the project; and o comply with filing and naming conventions established by STA, in order to maintain an accurate audit trail. Additional information: Bids must be received by midday 1 July 2022 and should be sent to TendersTD.STA@education.gov.uk and copied to Chris.davies@education.gov.uk Bids will be accepted at any time up to this deadline but will not be opened or evaluated until the deadline has passed. Any bid received after the deadline may be rejected unless the Bidder can provide irrefutable evidence that the application was capable of being received by the due date and time and that delivery failure was beyond their reasonable control. Please see the attached Tender Documents
£30,000
Contract value
The recent schools white paper Opportunity for all announced the introduction of a careers programme for primary schools in areas of disadvantage. Evidence suggests that Children begin to understand the world, and their roles within it, from a young age and career-related learning in primary schools can support children to start exploring the world of work and challenge stereotypes. Previous pilot schemes, led by the Department for Education and other organisations, have identified a market for a programme for careers provision in primary schools. By conducting a comprehensive options analysis, it has been concluded that this investment would provide the most realistic opportunity to penetrate the sector. This will be a small-scale investment of £2.6m via a grant arrangement. (Split into £0.6m in 2022-23; £1m in 2023-24; and £1m in 2024-25). ESTIMATED VALUE: £2,600,000 over 2.5 years. Programme Aims The Schools White Paper commits that "we will launch a new careers programme for primary schools in areas of disadvantage." The programme should support primary schools to use the Gatsby Benchmarks of Good Career Guidance, as a framework to develop an age-appropriate careers programme specifically targeting primary schools in disadvantaged areas. Outline Requirement - Provide proposals for increasing primary school children's awareness of career/work opportunities with a clear and articulated focus on career exploration rather than specific career paths. - Have existing networks and strong links with the primary education infrastructure and employers (and an ability to scale up existing links if these are not already a presence across the EIAs). - Be able to adapt to the Gatsby Benchmarks of Good Career Guidance for use in primary settings to deliver age-appropriate careers experiences, including CPD for primary staff. - Have an engagement strategy supporting knowledge sessions with local employers which are tailored to inspire the primary school children and are relevant to labour market needs. - Be able to demonstrate continuous innovation to adapt to the needs and requirements of the students to the local environment. - Be able to capitalise on existing links with employers and local expertise already available in, for example, Careers Hubs and the Enterprise Adviser Network. - Provide opportunities to experience a variety of workplaces. Through activities like visits to local employers, virtual experiences and role plays, pupils can learn more about the work environment. - Seek to inspire pupils about the world of work, drawing on positive role models in a range of industries and sectors to help raise aspirations, challenge stereotypes, and help them to link their learning to jobs and careers. - Have a reporting tool able to capture progress and impact, aligned to the Gatsby Benchmarks. Additional information: Market Engagement We would like to engage with organisations that have delivered similar funded programmes. Additionally, organisations with a similar network of stakeholders within the education sector and related are of interest. DfE invites suggestions and feedback on the proposed content and structure of the programme from the market, including industry experts, specialists, and suppliers. To participate in market engagement webinar please email: with any suggestions and/or feedback in your email, along with the following details: 1) Organisation name; 2) Contact name; 3) Job title of contact (including responsibility within your organisation); 4) Contact phone number; 5) Contact email; 6) Organisation website link. DFE are also hosting a Market Engagement webinar event which will take place: Date: 14th July 2022 Location: Hour online public broadcast. If you wish to attend the market engagement, please reply via Jaggaer and you will be notified of the date and time for the market engagement webinar. https://education.app.jaggaer.com for details of how to register and the terms of free registration.
£2,600,000
Contract value
The Authority wishes to procure a supplier to design and deliver a high quality, specialised, fast track child and family social work education programme with the objective of enhancing the knowledge and skills most needed in front line child protection social work, and providing a pipeline of high-quality social workers across English Local Authorities ("LA"). The successful Contractor will be responsible for the recruitment, training and support of Participants to enable them to become effective and specialised child and family social workers. This is in furtherance of the Government's aim to ensure that there is a highly capable social worker for every child and family in England who needs one. The Programme will commence on or around 1 September 2023 and last for an initial period of up to 3 cohorts, lasting up to a maximum of 5 years each, with the first cohort of participants qualifying between September 2025 and Aug 2026 and each cohort running concurrently. The option to extend by up to 2 additional cohorts will be solely at the Authority's discretion and will be subject to satisfactory Contractor performance, Ministerial approval, and the availability of funding. The key objectives and service lines to be delivered by the Programme are set out in paragraphs 2.4 and 2.5 of Volume 0 (Introduction and Overview of the Procurement) of the Procurement Documents. Amendment (05/08/22) - As a result of a review of the Authority's Funding Model it came to light that certain costs had not been included in the Funding Model. The amendments set out in this notice rectify and resolve this situation. Additional information: Additional information: 1. The Services that are the subject of this procurement are captured by PCR 2015 Chapter 3, Section 7 (Social and Other Specific Services); the so called "Light Touch Regime. 2. The Authority is procuring this requirement using the Competitive Procedure with Negotiation ("CPN") as set out in Regulation 29 but with amendments. A CPN would usually be conducted by way Potential Suppliers submitting an SSQ. Following the evaluation of those SSQs, shortlisted Potential Suppliers would be invited to submit their Initial Tender, and these would be evaluated prior to negotiation commencing. Whilst the Authority intends to conduct this procurement process in accordance with those principles, in the sequencing in which it will undertake evaluation of SSQs and thereafter Initial Tenders, Potential Suppliers should note that, in this instance, they will be required to submit their Initial Tender with their SSQ Response and by the same deadline. 3. The Authority intends to run a Potential Supplier Event and capability events in the weeks commencing 6th and 13th June 2023. Details of how to register for the potential supplier event can be found @ https://www.eventbrite.co.uk/e/dfe-fast-track-to-social-work-procurement-launch-event-tickets-344231645117. Details for how to register for the capability events can be found at https://www.eventbrite.co.uk/e/dfe-ftsw-capability-session-pricing-schedule-tickets-344234814597 and https://www.eventbrite.co.uk/e/dfe-ftsw-capability-session-negotiation-and-technical-questions-tickets-344237432427. 4. Potential Suppliers are referred to the Procurement Documents accompanying this Contract Notice for additional information on this procurement and in relation to this Contract Notice. 5. Tenders and all supporting documentation for the Contract must be in English and priced in sterling. 6. The Authority will not be liable for any bid costs, expenditure, work or effort incurred by a Potential Supplier in proceeding or participating in this procurement, including if the procurement process is terminated or amended by the Authority. 7. The Transfer of Undertakings (Protection of Employment) Regulation 2006 may apply to these Services. Potential Suppliers should refer to paragraph 10 of Volume 2 (ITPN) for further information. 8. The Authority reserves the right to withdraw from or discontinue the procurement process, which shall include the right to not award the Contract as a result of this call for competition. 9. HM Government requires that contracts awarded by Government Departments with a value exceeding 10000 GBP are published online (http://www.gov.uk/contracts-finder). The Authority may use its discretion to redact information to protect key commercial interests or on prescribed grounds (see Volume 1 (SSQ Instructions for Potential Suppliers) in the Procurement Documents).
£61,350,000
Contract value
Nasen are seeking a supplier to help identify, document, evaluate, scale up and share effective initiatives that demonstrate promising school or FE colleges practice, which will benefit children and/or young people with SEND. These initiatives may also include existing innovation that will support existing small local projects showing promise or ideas generated through SEND research projects, such as in-setting action research, initiatives resulting from study towards National Award for SEN Co-ordination, Professional Development Groups or Communities of Practice, or Action research. To apply suppliers are kindly asked to read the ITT, complete the application form template in WORD format provided at Appendix 1, and provide additional Appendixes as permitted within the application template. Once the information is completed all documents should be labelled and sent to Martin Bull at martinb@nasen.org.uk by no later than 5pm on 24 August 2022 with "Universal Services Tender Lot 2" in the subject line. All bids will then be opened and witnessed by nasen.
From £150,000
Contract value
Nasen are seeking a supplier to help identify and support the development of small scale action research studies with schools and FE colleges - resulting in focused improvements such as pedagogy, identification, intervention or working with families, enabling school and FE colleges to focus on presenting issues in their setting. This must involve supporting school and FE college -based research and development projects which have a particular focus on improving outcomes for learners with SEND. The results of these projects to be widely shared to contribute to the collective understanding of what works, where and how. We would be open to tenders from one or more organisations to deliver the services required and will consider value for money and cost benefits. To apply suppliers are kindly asked to read the tender ITT, complete the application template in WORD format provided at Appendix 1 and provide additional Appendixes as permitted within the application template. Once the information is completed all documents should be labelled and sent to Martin Bull at martinb@nasen.org.uk by no later than 5pm on 24 August 2022 with "Universal Services Tender Lot 1" in the subject line. All bids will then be opened and witnessed by nasen.
From £80,000
Contract value
The Standards and Testing Agency (STA), an Executive Agency of the Department for Education (DfE) is looking to re-establish a Modified Tests Framework for the development and delivery of modified versions of Key Stage 1 and Key Stage 2 National Curriculum Tests for children with visual and hearing impairments. The new framework will be for four years from 1 February 2023 to 31 January 2027. Successful suppliers will be required to provide modified versions of standard tests in various formats. At present, modified versions are required for all national curriculum tests including the following: the Phonics Screening Check (braille version only); Key Stage 1 tests in English Reading, Mathematics and English Grammar Punctuation and Spelling; Key Stage 2 tests in English Reading, Mathematics and English Grammar Punctuation and Spelling tests. The tests required for modification will be specified in each call-off. Suppliers will also be expected to provide: - amendments to the standard marking guidance to enable consistent marking of the modified versions of the tests; - a specialist helpline service for schools and other users of modified tests; - logging modified tests order information on STA's test order website and providing order updates directly to STA website to an agreed schedule; and - an on-demand past paper service to schools. Additional information: This notice is a call for competition. If you are interested in this opportunity and would like to obtain a copy of the Invitation to Tender (ITT) document, please email STA Team at TendersTD.STA@education.gov.uk. Completed tenders must be emailed to TendersTD.STA@education.gov.uk by 12:00hrs BST on 17 October 2022 using the Tender Response template contained within the ITT (available on request by emailing STA Team at the above email address." If you have any questions about the tender or the tendering procedure, please raise a correspondence or clarification by emailing TendersTD.STA@education.gov.uk. Questions will be answered on a weekly basis commencing 8 August 2022. The issue of this ITT is not to be construed as a commitment by DfE to enter into a contract as a result of this procurement process. Any expenditure, work or effort undertaken prior to the execution of a Contract is accordingly a matter solely for the commercial judgement of the Tenderer. DfE reserves the right to withdraw from the procurement at any time or to re-invite Responses on the same or any alternative basis
£1,720,000
Contract value
Newham College are looking to appoint a provider for mechanical ventilation and associated works to their A and B blocks To access this competition: Registered: Login to https://suppliers.multiquote.com and view the opportunity CA11063. Not registered: Visit https://suppliers.multiquote.com then register and quote CA11063 as the reason for registration. Any queries please contact MultiQuote on 0151 482 9230.
£1,500,000
Contract value
The Early Years Foundation Stage Reform Implementation team from the Strategy, Quality and COVID-19 Response division, are seeking to continue their system of support to the Early Years (EY) sector. As EY policy continues to develop and the Early Years Education recovery programme is rolled out, there is a clear need from the sector for support from the department as we deliver our key objectives and support with implementing the reforms into their second year. Continuing to maintain consistent engagement is essential to ensure the reforms are implemented confidently and successfully. We know from sector feedback that for some the reforms have presented challenges, and it is vital that we still have a mechanism to engage with them, ensuring the aims of the reforms are realised. The Foundation Years website also enables us to share guidance, information, and effective practice on potential forthcoming changes under consultation, such as those on staff to child ratios, supervision requirements while children are eating and potential changes to provide increased support for childminders. We want to make sure that those helping to deliver the Department for Education policies are fully supported to do so with a long term, sustained commitment through an engagement contract. The EYFS engagement partner we are seeking, will provide continued essential support to the sector following the COVID-19 pandemic, and deliver relevant messaging and crucial information about the Early Years Education Recovery programme. As we now look to the future and recovery from COVID-19, it is more important than ever that we are able to continue to work with an engagement partner to support the sector by providing key information and timely communication regarding both EYFS policy / implementation and the COVID-19 recovery programme. We anticipate the contract will be for an initial period of 12-month with an option to extend for up to 6 months. The opportunity is available on our electronic tendering system: https://education.app.jaggaer.com Additional information: This open competition will be run via the DfE's e-procurement portal, Jaggaer. It is recommended that to avoid missing out, interested organisations register on this system as soon as possible. Links to the site and related guidance can be found via the following above.
From £83,000
Contract value
Text to be corrected in the original notice: Place of text to be modified: Estimated total value Instead of: Value excluding VAT: £6,608,450 Read: Value excluding VAT: £4,829,500 Other additional information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. CORE Education Trust are seeking FM service providers to tender for the provision of a full service during term time and periodic cleaning and maintenance services outside of term time.
£6,608,450
Contract value
This Invitation to Tender provides information for consideration with respect to the provision of Mechanical and Electrical Maintenance Services (Preventative and Reactive) (PPM) Services to Hartlepool College of Further Education. To access this competition: Registered: Login to https://suppliers.multiquote.com and view the opportunity CA11269. Not registered: Visit https://suppliers.multiquote.com then register and quote CA11269 as the reason for registration. Any queries please contact MultiQuote on 0151 482 9230.
Value undisclosed
The Department for Education (DfE) is seeking to procure a supplier to deliver the hosting, maintenance, and security of the website. The website Educate Against Hate (https://educateagainsthate.com/ ) was launched in 2016. The Potential Supplier shall provide and maintain throughout the Term hosting, maintenance and security of the Educate Against Hate (EAH) website on which Prevent content for schools will be hosted and freely accessible by the education sector at all times. Additional information: The DfE will administer the procurement processes electronically via the DfE e-Tendering Portal: Jaggaer. No hard copy documents will be issued and all communications with DfE (including final submission of tenders) will be conducted via the Jaggaer Portal. Bidders who are not already registered on the portal can register here: https://education.app.jaggaer.com When registered and signed in to Jaggaer you will need to express an interest in the opportunity to be able to access all relevant documentation including the application pack. For any assistance required in registering bidders should contact the Jaggaer helpdesk: help_UK@jaggaer.com Once the ITT has closed, applications will undergo an initial desktop assessment based on the criteria and weighting set out in the ITT pack, following which there will be a moderation of those results before final award and mobilisation.
£30,000
Contract value
The Department for Education (DfE) is seeking to procure a supplier to deliver Prevent e-learning for further education practitioners and learners. The procurement is for an independent supplier to build, and host Prevent e-learning for FE practitioners and learner's module from 23-24 Additional information: The DfE will administer the procurement processes electronically via the DfE e-Tendering Portal: Jaggaer. No hard copy documents will be issued and all communications with DfE (including final submission of tenders) will be conducted via the Jaggaer Portal. Bidders who are not already registered on the portal can register here: https://education.app.jaggaer.com When registered and signed in to Jaggaer you will need to express an interest in the opportunity to be able to access all relevant documentation including the application pack. For any assistance required in registering bidders should contact the Jaggaer helpdesk: help_UK@jaggaer.com Once the ITT has closed, applications will undergo an initial desktop assessment based on the criteria and weighting set out in the ITT pack, following which there will be a moderation of those results before final award and mobilisation.
£85,000
Contract value