University of Derby: Supply of Continuous Professional Development and Mentoring to Schools/Sixth Forms to support applications to Higher Education .

  University of Derby is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Supply of Continuous Professional Development and Mentoring to Schools/Sixth Forms to support applications to Higher Education .
Notice type: Contract Notice
Authority: University of Derby
Nature of contract: Services
Procedure: Open
Short Description: DANCOP (Derbyshire and Nottinghamshire Collaborative Outreach Programme) is funded by the OfS (Office for Students) to deliver targeted outreach programmes to and for learners from specific wards to encourage and support progression to Higher Education. This funding is received on an annual basis so a contract period longer than the initial period cannot be guaranteed. As part of this programme of activity, DANCOP understands the importance of affecting a cultural change within partner schools and colleges and as part of that wants to work with a provider to deliver an extensive programme of CPD (Continuous Professional Development) and support in up to 12 educational institutions to help teachers to support progression to higher education. Additionally, the provider is required to directly impact learners in order for the University to ensure it can report to the OfS on engagement with learners through this programme.
Published: 12/10/2018 09:38

View Full Notice

UK-Derby: Education and training services.
Section I: Contracting Authority
      I.1) Name and addresses
             University of Derby
             Kedleston Road, Derby, DE22 1GB, United Kingdom
             Email: a.salt@derby.ac.uk
             Contact: Anna Salt
             Main Address: www.derby.ac.uk
             NUTS Code: UKF11
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Derby:-Education-and-training-services./H3A6SC585C
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-UK-Derby:-Education-and-training-services./H3A6SC585C to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      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: Supply of Continuous Professional Development and Mentoring to Schools/Sixth Forms to support applications to Higher Education .       
      Reference Number: PROC AS ITT/025
      II.1.2) Main CPV Code:
      80000000 - Education and training services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: DANCOP (Derbyshire and Nottinghamshire Collaborative Outreach Programme) is funded by the OfS (Office for Students) to deliver targeted outreach programmes to and for learners from specific wards to encourage and support progression to Higher Education. This funding is received on an annual basis so a contract period longer than the initial period cannot be guaranteed.

As part of this programme of activity, DANCOP understands the importance of affecting a cultural change within partner schools and colleges and as part of that wants to work with a provider to deliver an extensive programme of CPD (Continuous Professional Development) and support in up to 12 educational institutions to help teachers to support progression to higher education. Additionally, the provider is required to directly impact learners in order for the University to ensure it can report to the OfS on engagement with learners through this programme.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,290,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKF11 Derby
      
      II.2.4) Description of procurement: The selected third party provider must have a proven track record in delivering CPD programmes with teachers and advisors that build skills and knowledge to help support learners with progression to Higher Education; navigating the options available and supporting the application process. They must also have ability to deliver mentoring programmes in those schools directly to learners.

In those (up to) 12 institutions, the provider must upskill at least one staff member to become a ‘champion’ within their institution in terms of supporting HE progression through a variety of training interventions including, for example, group training, one-to-one training and off-site sessions at other educational institutions. In those institutions, at least 15 learners must also receive support directly from the organisation to support progression to Higher Education through mentoring by providing, for example, 1-to-1 mentoring, student workshops, training and consultations. The activities for both staff and learners will primarily be delivered on-site at the schools but further variety and context should be added through delivery of training sessions on site at one or more of DANCOP’s partner HEIs (Higher Education Institutions).

Ongoing support is also required for both learners and staff, for example in the form of online support.
As a minimum, 4 meetings per half term are required to provide the CPD to staff and 4 learner workshops/training sessions/consultations per
half term. Additionally, an annual conference for all ‘champions’ from the region. At least 5 mentoring sessions for each learner must be undertaken up to the end of the initial contract period.

The provider will be expected to provide support for parents/carers through regular progress updates on the learners’ application progress.
In order to assess the effectiveness of the services provided, feedback from partner schools and colleges will be obtained to assess their increased confidence in supporting progression to Higher Education.
The provider must engage with the specified number of schools and colleges and when working with learners, 100% of learners must be identified as DANCOP learners (from a target ward). Information on the NCOP (National Collaboration Outreach Programme) programme that DANCOP is part of, and information on the target wards, can be found here: https://www.officeforstudents.org.uk/advice-and-guidance/promoting-equal-opportunities/national-collaborative-outreach-programme-ncop/how-ncop-works/

DANCOP delivery hubs will support the provider in terms of introductions to partner schools and colleges but require providers to market their services to the 12 institutions.

The provider will be required to return information to DANCOP on a monthly basis by a specified deadline, in the format requested by DANCOP.
This will include monitoring and evaluation information and is crucial to DANCOP for the University to be able to demonstrate impact and appropriate use of funds.
The targets for the initial contract period are to:
•Deliver the programme successfully in (up to) 12 schools
•Work with 15 target learners on a programme of mentoring in all of those 12 schools
•All 15 learners in each school must be from a target ward
•All monitoring reports should be submitted by the deadline each month
The University will advise the provider of targets for any extension periods prior to contract extension.
This contract will not be divided into lots, as the nature of the requirement is such that it cannot be fragmented for reasons of efficiency and resource implications.
      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: 1,290,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: Options to extend beyond the initial expiry of 31st July 2019 by 2 further 12 month periods
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 12/11/2018 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 12/11/2018
         Time: 12:00
         Place:
         University of Derby
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Derby:-Education-and-training-services./H3A6SC585C

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/H3A6SC585C
   VI.4) Procedures for review
   VI.4.1) Review body:
             Financial Controller
       Finance Department, University of Derby, Kedleston Road, Derby, DE22 1GB, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 12/10/2018

Annex A


View any Notice Addenda

View Award Notice