1088 DfE Computing Matched Fund invitation to bid

Computing
Matched
Fund
Invitation to bid
1
Contents
A. Introduction and summary.............……………....….3
B. Timetable and bidding process………………….......4
C. Declarations………………………………………….…10
D. Specification part one………………………………...13
E. Specification part two…...…………………………....17
F. Evaluation criteria……………………………………..19
G. Progress in securing matched funding……………21
H. Checklist………………………………………………..23
I. A Summary of the bids approved in round one…24
2
A. INTRODUCTION AND SUMMARY
1. Introduction
On 4 February 2014 the Secretary of State for Education announced the
creation of a £500,000 fund to help support teaching of the new national
curriculum in computing which will be implemented in schools in September
2014.
The purpose of the new computing curriculum is to enable pupils to use
computational thinking and creativity to understand and change the world. The
programmes of study will teach pupils to understand and apply the fundamental
principles and concepts of computer science, analyse problems using
computational terms, evaluate and apply information technology and become
responsible, competent and creative users of information and communication
technology.
A copy of the computing programmes of study can be found at
www.gov.uk/government/publications/national-curriculum-in-england-computingprogrammes-of-study.
2. Proposal
As a subject with a large amount of new content, many teachers and schools
could benefit from support. Organisations are therefore invited to bid for
matched-funding from the Department to provide support to schools in the
teaching of the new national curriculum computing programmes of study.
The Department allocated £500,000 for this project, £338,000 of which will be
given to the successful bidders from the first round (subject to the final
agreement of grant arrangements), which took place earlier this year. The
remainder of the funding (over £161,000) has been allocated for this second
round.
The Department is seeking proposals from bidders who are able to secure at
least 50% in matched-funding. The minimum contribution that the Department
will make to a bid is £15,000 (meaning a total project minimum cost of £30,000)
and the maximum contribution to any one project (or one organisation/
consortium spread over multiple bids) is £100,000.
Bids are welcome for any or all of the key stages and can be for either national
or regional projects.
The Department has not specified the exact nature of this commission.
Innovative and creative new solutions, to address the demands of teaching the
new computing curriculum are encouraged but are not prioritised. Successful
bids must demonstrate how their support will have a positive impact on the
quality of teaching of computing in schools, and how they will evaluate this
3
impact and measure success.
We will consider bids that seek to further develop or extend existing projects,
where they can demonstrate efficacy and value for money. Where bids relate to
existing projects, bidders must still attract new matched funding. Bids should not
duplicate existing public or private investment, including that for projects
approved in the first round of this competition (further details below), and
bidders should consider how their project would complement existing support for
teachers.
3. Successful projects from the first bidding round
A large proportion of the projects from the first bidding round will deliver CPD to
both primary and secondary teachers at a national level using a variety of
models: through national conferences and training events, through regional
hubs; using a peer-peer training model and developing software systems
alongside teacher training. Regionally-based CPD projects are based in
Hackney and Lambeth. One project will produce secondary computing
curriculum guidance. Further details are available in section I.
B. TIMETABLE AND BIDDING INSTRUCTIONS
These instructions are designed to ensure that all proposals are given equal and
fair consideration. It is important therefore that you provide all the information
asked for in the format and order specified. Please email:
[email protected] or write to Computing Matched Fund,
Standards Division, Department for Education, Great Smith Street, Westminster,
London SW1P 3BT if you have any doubts as to what is required, or you have
difficulty in providing the information requested. Pre-bid negotiations are not
allowed.
Please note that references to the 'Department' throughout these documents
mean the Secretary of State for Education acting through his representatives in
the Department for Education.
1. Timetable
This timetable is provisional and may be subject to change, but will be adhered
to by the Department as far as reasonably possible.
Invitation to bid (this document) published
Last date for submission of emailed queries
for response by the Department
Submission deadline for receipt of electronic
copies (must be provided by all bidders)
Submission deadline for hard copies (must be
provided by all bidders)
Evaluation of bids by the Department
Points of clarification with bidders (if required)
Notify successful bidders
3 June2014
2 July 2014
13 July 2014 at 23:59
15 July 2014 at 17:00
Late July 2014
Late July 2014
Early August 2014
4
Grant negotiations and offer of grants
Grants commence
August 2014
Late August 2014
2. Information for bidders from first bidding round
Both unsuccessful and successful bidders who took part in the first round are
allowed to bid again, regardless of the amount of funding awarded in the first
round. This is an amendment to the first round invitation to bid, which stated that
‘bidders are allowed to bid again, providing they have had less than £150,000 of
The Department funding up to that point’.
3. Evaluation of bids
This bidding round will use the same evaluation criteria as the first.
Bidders should note that the evaluation process will take place in two stages:
Part 1– Selection covers organisational and financial standing, basic capacity
and capability. Only bidders who achieve marks graded ‘satisfactory’ to both
part one criteria will be considered against the part two criteria.
Part 2– Award relates to the specification of the Department’s requirement.
The bidding process will be conducted in a manner that ensures that all bids are
evaluated fairly. Your bid will be evaluated against the criteria set out in section
F.
4. Returning Bids
An electronic copy of your bid must be received by 23:59 on 13 July 2014. Two
supplementary paper copies should be delivered to the Department by 17:00 15
July 2014. Envelopes and packages must bear no reference to the bidder by
name; franking machines which automatically print the company’s name should
not be used.
5. Receipt of Bids
Bids received before the due date will be retained unopened until then. It is the
responsibility of the bidder to ensure that their bid is delivered no later than the
appointed time. We may reject any application lodged after the closing date. If
an application is late, we may determine that there were exceptional
circumstances beyond the applicant’s control that meant the deadline could not
be met. The applicant will need to supply documentary evidence to support any
exceptional circumstances. The Department has no obligation to accept a late
application. Any decision by the Department to accept or not accept a late
application will be final.
6. Acceptance of Bids
5
By issuing this invitation the Department is not bound in any way and does not
have to accept any bid, and reserves the right to accept a portion of any bid,
unless the bidder expressly stipulates otherwise in their bid.
7. Queries
Questions relating to any aspect of the bidding stage can be submitted, by email
only, until 2 July. Emails should be sent to
[email protected]. Bidders will need to be aware that for
fairness your questions and the Department’s response will be shared with other
bidders (unless any question is specific to a particular bid and considered to be
commercially sensitive as agreed by the Department, e.g. it may relate to
specific IPR). The questions and answers will be anonymised and shared with
other bidders involved in this process as quickly as possible. These will be
issued periodically in consolidated form throughout this period and in final form
by 7 July.
8. Format of Bids
Bidders should present their proposals (in a separate document to this invitation
to bid) in the following format:
Declarations as set out in section C (declarations must be filled in
separately by the bidder, the match funder and all consortium members).
Part 1– Selection should be set out as detailed in section D. Please
note word limits for part seven.
Part 2– Award should be set out as detailed in section E. Excluding
details of costs, it should not be more than 4 sides of A4 in length
(including annexes). If CVs are included with your proposal, these will
not form part of the page count but should nonetheless be concise with
no more than one side of A4 used per person, and relevant to your bid.
All material should be in Arial Font 12.
Matched funding information (see point 11 below)
9. Bidders from consortia or similar delivery partnerships
Partnership bids and those from consortia are welcome. One bid should be
submitted per proposal, and should include details of the expected role and
contribution of each of the partner organisations. It is expected that consortia
make-up should remain the same throughout the bidding process. If the makeup of the consortium changes the Department has the right to consider the
details of the change and any replacement organisation, and whether this would
have affected the scoring achieved at the selection stage, i.e. there is a
possibility that under such circumstances an organisation may be required to
remove their bid.
For the purposes of this project, a consortium is defined as a group of separate
organisations, businesses or individuals joining together to meet a common goal
- in this instance, to deliver the outcomes outlined in their documentation. If
6
bidding as part of a consortium then applicants must designate a principal or
lead bidder with whom the Department will enter into a Grant Funding
Agreement. The ‘lead bidder’ will be the point of contact for any enquiries
regarding the bid and also will be the recipient of both the Department’s funding
and matched funding throughout the project.
Useful information for those considering forming a consortia or similar delivery
partnership can be found here:
wales.gov.uk/topics/improvingservices/bettervfm/publications/jointbidding/?lang=
en
10. Submitting combined bids
Bidders may group together projects (or lots) that cost less than the £30,000
minimum total bid value to form one bid that will meet the cost threshold. Bids
can have a maximum of three lots and the minimum lot value is £10,000 (with a
Department contribution of £5,000).
Bidders considering submitting bids with lots should be aware that if after
assessment the combined value of the approved projects falls below £30,000,
none of the projects will be approved.
Applications with multiple projects should be clear in distinguishing between the
different projects, for example providing individual rationales and costs.
However the 4 page limit (excluding the costs section(s)) referred to in section
B.8 still applies.
If a bid with more than one project is successful, all projects will be covered by a
single grant agreement to be paid to a single bidder. This bidder is expected to
provide overall project management of the projects and be the principle point of
contact for the department.
11. Matched funding – information to be supplied before the grant offer is
made
Your bid should clearly state progress in agreeing at least 50% matched-funding
(part G). Bidders may agree matched funding from a number of organisations.
Matched funding must be in the form of money and should not be payment in
kind.
The conditions of the grant offer will include obligations to report on the total
expenditure on the project – Department grant plus matched funding, and will be
clearly outlined in the Grant Offer Letter.
Matched funding must come from a donor organisation; bidders may not
subsidise their own projects.
If funding has been agreed with one or more matched funding donor, please
submit for each organisation providing funding:

A signed letter setting out their willingness to provide at least 50% (this
may be less if you are receiving funding from more than one donor) of the
7
total project cost. The letter must confirm that the payment will be in cash
rather than in kind.

A declaration for each matched funder using the templates in section C.

Information about each match funder as requested in section D parts 1
and 2.
If funding has not yet been agreed, it must be supplied before the grant offer can
be made. Bidders should show progress made in securing matched funding
using the table in part G.
12. Matched funding – information to be supplied during the grant period
Bidders are expected to provide information in the grant claim form of how
matched funding has been spent.
The final grant payment will not be made unless a declaration made by both the
bidder and matched funding donors is received stating that all matched funding
has been received and spent as per the grant offer.
13. Incomplete Bid
Bids may be rejected if the information asked for in this document is not given at
the time of bidding.
Please use the checklist in section H to ensure you have supplied all of the
required information.
14. Bid Period
The Department requires bids to remain valid for a period of six months.
15. Inducements
Offering an inducement of any kind in relation to obtaining this or any other grant
with the Department will disqualify your bid from being considered and may
constitute a criminal offence.
16. Confidentiality of Bids
You must not:

discuss the proposed or actual value of your bid with any other bidders
before the time limit for delivery of price;

try to obtain any information about anyone else's bid or proposed bid before
the time limit for delivery of bids; or

make any arrangements with another organisation about whether or not they
should bid, or about the value of their bid.
8
Failure to comply with these conditions may disqualify your bid.
17. Costs and Expenses
You will not be entitled to claim from the Department any costs or expenses
which you may incur in preparing your bid whether or not your bid is successful.
Please see the Grant Terms and Conditions document part 6 for information
about VAT and eligible expenditure.
18. Debriefing
Debriefing will be available to unsuccessful bidders on request.
19. Grant Funding Strategy
The Department’s grant funding strategy is designed to promote fair and open
competition, and constructive co-operation between the Department and grant
recipients.
The Department is also fully committed to supporting the Government’s drive to
integrate sustainability/environmental considerations into public sector
procurement. The Department’s procurement policy is to achieve continuing
improvement in value for money based on whole life costs and quality which
includes sustainability issues such as running costs, apprenticeships and skills,
creating employment opportunities for disadvantaged groups, recyclability and
cost of disposal. The Department seeks similar standards in the application to its
grants.
20. Payment in advance
The Department would consider payment in advance of delivery in addition to
the outlined key milestones described where a supplier can demonstrate a need
for advance payment and a sound rationale or value for money benefit to the
department in doing so, i.e. set up costs. This rationale must take account of
any match funding value and payment schedule too. It should clearly outline
what the Department’s advance payment would cover alongside the match
funding payment schedule. If this evidence can be demonstrated, then that
advance payment will not exceed 15% of the overall Departmental grant value
and must represent value for money.
21. Freedom of Information
The Department is committed to open government and to meeting its
responsibilities under the Freedom of Information Act 2000. Accordingly, all
information submitted to the Department may need to be disclosed in response
to a request under the Act. If you consider that any of the information included
in your bid is commercially sensitive, please identify it and explain (in broad
terms) what harm may result from disclosure if a request is received, and the
time period applicable to that sensitivity. You should be aware that, even where
9
you have indicated that information is commercially sensitive, we may still be
required to disclose it under the Act if a request is received. Please also note
that the receipt of any material marked ‘confidential’ or equivalent by the
Department should not be taken to mean that we accept any duty of confidence
by virtue of that marking. If a request is received, we may also be required to
disclose details of unsuccessful bids.
22. Funding Period
It is a requirement of the Department that the support to schools is delivered by
the end of 2014-2015 financial year, 31 March 2015.
23. Offer of Grant
The offer of grant funding will be subject to the terms and conditions set out in
the Department’s standard Grant Offer Letter and the Grant Funding Agreement
– Terms and Conditions, copies of which are available as a separate document.
The terms and conditions of the agreement are standard across all
Departmental grants, the Grant Offer Letter will be adjusted to suit the grant
during negotiation with the successful bidders.
24. Branding
Please note that any products created will not be officially endorsed by the
Department. Any material created is allowed to bear the Department’s logo and
must state that the material is partly funded by the Department.
25. Conclusions
Whilst every endeavour has been made to give bidders an accurate description
of the Department's requirement, bidders should make their own assessment
about the methods and resources needed to meet those requirements.
10
C. DECLARATIONS AND INFORMATION TO BE PROVIDED BY THE
BIDDER AND THE MATCH FUNDER(S)
In some circumstances the Department is required by law to exclude you from
participating further in the grant process. If you answer ‘yes’ to any question in
this section it is very unlikely that your application will be accepted, and you
should contact us for advice
The declaration below should be reproduced exactly as printed within your bid.
It should be signed and dated by a Director or other authorised signatory of the
lead organisation.
Separate copies of the declaration should be filled in by the bidder; the
matched funder(s) and all consortium members.
Please state ‘Yes’ or ‘No’ to each question.
1. Has your organisation or any director or partner or any
other person who has powers of representation,
decision or control been convicted of any of the
following offences?
(a)
conspiracy within the meaning of section 1 of the Criminal
Law Act 1977 where that conspiracy relates to participation
in a criminal organisation as defined in Article 2(1) of
Council Joint Action 98/733/JHA (as amended);
(b)
corruption within the meaning of section 1 of the Public
Bodies Corrupt Practices Act 1889 or section 1 of the
Prevention of Corruption Act 1906 (as amended);
(c)
the offence of bribery within the meaning of section 1 or 6
of the Bribery Act 2010;
(d)
fraud, where the offence relates to fraud affecting the
financial interests of the European Communities as defined
by Article 1 of the Convention relating to the protection of
the financial interests of the European Union, within the
meaning of:
(i)
the offence of cheating the Revenue;
(ii)
the offence of conspiracy to defraud;
(iii)
fraud or theft within the meaning of the Theft Act
1968 and the Theft Act 1978;
(iv)
fraudulent trading within the meaning of section 458
of the Companies Act 1985 or section 993 of the
Companies Act 2006;
(v)
defrauding the Customs within the meaning of the
Customs and Excise Management Act 1979 and the
Value Added Tax Act 1994;
Answer
11
(vi)
an offence in connection with taxation in the
European Community within the meaning of section
71 of the Criminal Justice Act 1993;
(vii)
destroying, defacing or concealing of documents or
procuring the extension of a valuable security within
the meaning of section 20 of the Theft Act 1968;
(e)
money laundering within the meaning of the Money
Laundering Regulations 2003 or Money Laundering
Regulations 2007; or
(f)
any other offence within the meaning of Article 45(1) of
Directive 2004/18/EC as defined by the national law of any
relevant State.
The Department is entitled to exclude you from consideration if any of the
following apply but may decide to allow you to proceed further. If you answer
‘yes’ to any question it is possible that your application might not be accepted. In
the event that any of the following do apply, please set out (in a separate annex)
full details of the relevant incident and any remedial action taken subsequently.
The information provided will be taken into account by the Department in
considering whether or not you will be able to proceed any further in respect of
this grant funding exercise.
Please state ‘Yes’ or ‘No’ to each question.
2. Is any of the following true of your organisation?
(a) being an individual,
is bankrupt or has had a receiving order or administration order
or bankruptcy restrictions order made against him or has made
any composition or arrangement with or for the benefit of his
creditors or has not made any conveyance or assignment for the
benefit of his creditors or appears unable to pay or to have no
reasonable prospect of being able to pay, a debt within the
meaning of section 268 of the Insolvency Act 1986, or article 242
of the Insolvency (Northern Ireland) Order 1989, or in Scotland
has granted a trust deed for creditors or become otherwise
apparently insolvent, or is the subject of a petition presented for
sequestration of his estate, or is the subject of any similar
procedure under the law of any other state;
(b) being a partnership constituted under Scots law,
has granted a trust deed or become otherwise apparently
insolvent, or is the subject of a petition presented for
sequestration of its estate; or
(c) being a company or any other entity within the meaning of
section 255 of the Enterprise Act 2002
has passed a resolution or is the subject of an order by the court
for the company’s winding up otherwise than for the purpose of
bona fide reconstruction or amalgamation, or had a receiver,
Answer
12
manager or administrator on behalf of a creditor appointed in
respect of the company’s business or any part thereof or is the
subject of similar procedures under the law of any other state?
3. Has your organisation:
(a) been convicted of a criminal offence relating to the conduct of
your business or profession;
(b) committed an act of grave misconduct in the course of your
business or profession;
(c) failed to fulfil obligations relating to the payment of social
security contributions under the law of any part of the United
Kingdom or of the relevant State in which you are established; or
(d) failed to fulfil obligations relating to the payment of taxes
under the law of any part of the United Kingdom or of the
relevant State in which you are established.
Answer
4. Declaration:
I confirm that the information given in this application is true and complete and
that, if successful, the organisation will administer any grant in accordance with
the final version of the Department's Grant Funding Agreement. I understand
that the information will be used in the evaluation process to assess my
organisation’s suitability to receive grant funding for the application I have made.
5. Form completed by:
Name:
Position (Job Title):
Date:
Telephone number:
13
D. SPECIFICATION PART ONE: BIDDER AND MATCHED FUNDER
INFORMATION ORGANISATIONAL AND FINANCIAL STANDING, BASIC
CAPACITY AND CAPABILITY
Bidders must supply all information below.
If matched funding has been agreed, each organisation supplying
matched funding must complete sections 1 and 2.
1. Contact details
Name
Position
Address
Post Code
Country
Phone
Mobile
Email
2. Organisation details
Name of organisation
Full legal name of organisation bidding
(or of organisation acting as lead
bidder where a consortium/partnership
bid is being submitted) (if different,
also include the trading name of your
organisation)
Registered office address:
If different from address given in
Section A.
Company or charity
registration number
VAT registration number
Name of immediate parent
company
Name of ultimate parent
company
14
Type of organisation
(in relation to lead bidder)
i) Registered Charity
ii) A public limited company
iii) A limited company
iv) A limited liability
partnership
v) Other partnership
vi) Sole trader
vii) Social Enterprise
viii) Other (please specify)
3. Financial information
Responses to this section will be used to undertake an assessment of your
organisation’s economic and financial standing, as part of an assessment of
delivery risk if your application is considered for funding. The Department will
use financial databases as part of the financial assessment of your organisation
prior to the offer of any grant. You will be contacted by the Department if this
assessment identifies that a form of financial guarantee is required.
Please provide a copy of your most recently audited accounts, or where you do
not have a set of audited accounts available, please supply one of the
alternative means of providing financial information.
Where bidding as part of a consortium/partnership the information should be
submitted in relation to the lead bidder.
Please indicate which one of the following you are supplying:
3. Financial information provided
A copy of your most recently audited accounts
A statement of your turnover, profit & loss account and cash flow for
the most recent year of trading
A statement of your cash flow forecast for the current year and a bank
letter outlining the current cash and credit position
Alternative means of demonstrating financial status if trading for less
than a year
15
4.
4. Consortium details
Consortium/Partnership i) Your organisation is
bidding to provide the
and Sub-Contracting
activities itself
Please select the
option which most
accurately describes
your application.
Yes/No
ii) Your organisation is
bidding in the role of lead
body and intends to use
third parties to provide some
activities
Yes/No
iii) You are bidding as the
lead body of a
consortium/partnership
Yes/No
If your answer is (ii) or (iii) please give the names of consortium members or
key third parties below and indicate (with full details) in a separate annex the
composition of the supply chain.
Please insert names of consortium members or key third parties here:
In relation to (ii) the annex should include details of how any third parties will be
selected, which activities they will deliver and how their work will be managed.
In relation to (iii) the annex should include:
A list of all consortium/partnership members.
Information on the respective role of each organisation in the consortium.
A copy of their [the consortium’s members] agreement to enter into a
consortium.
Information on how arrangements will be overseen by the lead body.
Where the consortium/partnership intends to use third parties, beyond the
members of the consortium/partnership, then the supply chain annex should
also include details of how any third parties will be selected, which activities
they will deliver and how their work will be managed.
5. Amount of grant funding requested
Amount of grant funding requested in DfE funding:
2014-1015 in relation to provision of
Total project cost:
initial core activity as described in the
bid.
16
6. Basic capacity and capability
Please provide details of up to three grants or contracts from either the public or
private sector together with the contact details of individuals who will act as
referees should the Department wish to confirm the accuracy of the information
provided below. We would normally expect these to be drawn from the last three
years but you may include older examples if you feel they are more pertinent.
The references may relate to any of the members of the partnership or
consortium that is bidding. You should expect that the Department will make
contact with these referees to verify the details provided.
6. Previous grants/contracts
Grant /
Contract 1
Grant /
Contract 2
Grant / Contract 3
Customer Organisation (name)
Customer contact name, phone
number and email
Title of Grant or Contract
Start date
Completion date
Value
7. Track Record
Please set out any experience that you have which demonstrates your suitability
to provide the requirement. This should draw on the three examples of
grant/contract delivery cited. You may also draw on other examples in addition
to these. Where bidding as part of a partnership/consortium you should include
details of your partners experience as relevant.
Successful bidders who apply in future bidding rounds for further funding must
describe their existing project as one of their examples.
Maximum 400 words
17
E. SPECIFICATION PART TWO – AWARD STAGE: SPECIFICATION
Please respond to all of the specification questions below, as detailed in
section B.8, using no more than 4 sides of A4 (including annexes) to
address specification questions 1-3.
1. Understanding of the requirement
A. You should demonstrate your overall understanding of the purpose and aims
of the government’s new national curriculum in computing. You will need to
demonstrate how your proposal will provide support to schools in the
teaching of the new national curriculum for computing.
2. Proposal
B. You should describe the process by which you will improve teaching of the
computing curriculum and why this approach is most appropriate. The
proposal should include any supporting information, such as relevant
research, pilot test results, efficacy.
C. You should describe the specific benefits created by the support, and explain
how you will measure success.
D. You should set out the type and number of schools or teachers within those
schools and the year group/s the support will target and explain why you
have chosen this group.
E. You should set out whether your proposal will operate at a national or
regional level and if regional, which area of the country it will target.
F. You should describe the channels you will use to secure teacher
participation/school buy-in, showing how they are good value for money. If
successful, bidders will need to produce a marketing plan for approval.
G. If proposing direct teacher support to teachers/schools, you should explain
who will provide the support, and how you expect the subsequent learning to
be disseminated within schools and to other schools.
3. Management
H. You should describe arrangements for the management of the project
including details of the key personnel
I. The bid should:
- Outline the key risks to the proposal and its administration and how these
risks would be mitigated and/or resolved.
- Include a timeline with key milestones, key deliverables, and an indication
of the stages involved and how your staff will be allocated to these.
18
4. Costs
J. While we encourage proposals that are free to schools/teachers, it is not an
absolute requirement. If putting forward a solution where support is delivered
to teachers or schools at cost, bidders should say why this model is
appropriate, and provide a cost analysis to support their rationale.
K. Please give a detailed breakdown of project costs exclusive of VAT, stating
whether or not VAT will be charged and the basis for this judgement. Please
use the table below, detailing individual activities and costs per item. If
necessary, use your own table detailing cost breakdown.
L. The bid should demonstrate that proposed costs are based on efficient
models of delivery and provide good value for public money. All costs
should be justifiable. Projects with a high capital spend or unjustified costs
are unlikely to be successful.
M. Please ensure you clearly indicate the marketing costs and digital costs as
separate elements within the cost breakdown, detailing the activities and
costs per item.
4. Costs table
Type of cost
[Please detail activities and costs
per item under the relevant
headings]
Delivery (staff)
Delivery (other costs)
Cost in 2014-15
£
Admin Support Staff
Admin (other costs)
- Management
-
Audit
-
Other service costs
-
Staff training
Communications and marketing – a
marketing plan may need to be
approved by the Department
Digital – digital costs may need to be
further assessed by the department
Monitoring and evaluation
Travel and Subsistence
Accommodation Costs
Other
Office Equipment (non – capital)
TOTAL COSTS
19
F. EVALUATION CRITERIA
1. Table of points for both stages
The evidence matrix below is to be used to ensure a consistent approach is
taken when scoring bids. The Evaluation team will have the scope to use its
own judgement and discretion when awarding scores and they should make
appropriate notes to validate all scores awarded which may be used to debrief
unsuccessful suppliers.
0
1
2
3
4
5
No evidence/response
Poor response. Very little evidence of appropriate knowledge skills or
experience.
Unsatisfactory. Some evidence of appropriate knowledge, skills or
experience. Meets requirements in some areas but with important
omissions.
Satisfactory. Reasonable evidence of appropriate knowledge, skills or
experience. Meets requirements in many areas but not all.
Very good. Sufficient evidence provided of appropriate knowledge, skills
or experience. Have confidence in their ability to deliver the required
service.
Excellent. Very strong evidence of appropriate knowledge, skills or
experience.
2. Selection Part One Criteria
Independent reading of the answers to the selection questions should be carried
out by each evaluation panel member. The evaluation panel should then meet
to agree and record a score.
Bidders should note that the word count limits set for section D part 7 will be
applied strictly and any additional wording provided over the limits set will be
ignored by evaluators.
Bidders will need to score a minimum of 3 points for each requirement to
achieve a score of “Satisfactory” and pass to the Award Stage. Any bid which
does not do so will be deemed to fail.
Requirement
Score
1.1
Experience of the bidders, and how it generally relates to
the requirements sought by the Department.
Max 5
1.2
Similar projects delivered in the past and evidence of
successful project management
Max 5
20
3. Specification Part Two Criteria
The maximum available score is 45 points. The successful bidders will need to
score a minimum of 3 points for each requirement (before weighting) –bids
which do not do so will be liable to fail. Scoring from the part one does not carry
forward to part two.
Weighting
Score –
maximum
before
weighting
applied
No.
Requirement/examples of evidence
2.1
Understanding the requirement does the proposal
demonstrate the bidder’s understanding of the
challenges associated with teaching the new
computing curriculum and need to provide high quality
support to teachers and schools?
X1
Max 5
2.2
Target audience and method – is there a high quality
rationale both for the target audience and for the type
of support provided?
X2
Max 5
2.3
Objectives and measuring success – does the bidder
show how the project will benefit teaching and how
they will measure the impact?
X2
Max 5
2.4
Marketing – are there good there plans to ensure that
schools/teachers are aware of the project?
X1
Max 5
2.5
Project management - does the bidder set out the key
stages of the project and related information about
project risks, contingencies and mitigation?
X1
Max 5
2.6
Value for money - has the bidder provided a clear
breakdown of costs and shown how they represent
value for money? Does the bid replicate existing
public or private investment?
X2
Max 5
21
G. PROGRESS IN SECURING MATCHED FUNDING
If not yet secured, please indicate your proposals in relation to matched funding.
Using the table below, please include details of the potential funder and
progress to date in agreeing the matched funding.
Name of Organisation *
Potential Match funding value £
* NB. Please provide the full legal name of organisation bidding (or of
organisation acting as lead bidder where a consortium/partnership bid is being
submitted) (if different, also include the trading name of your organisation)
22
H. CHECKLIST
 Section C declaration for the bidder and each consortium member
completed.
 Section C declaration for each match funder completed.
 Section D sections 1 and 2 completed by bidder and each match
funder.
 A copy of the (lead) bidder’s most recently audited accounts, or
alternative means of demonstrating financial information as detailed in
Section D section 3.
 Consortium information completed including a copy of each
consortium members’ agreement to enter into a consortium as
detailed in Section D section 4.
 Section D sections 5, 6 and 7 completed.
 Section E completed (should not be more than 4 sides of A4 in length
including annexes).
 A timeline with key milestones incorporated into the proposal, as well
as risks detailed as set out in Section E section 3.
 Section E costs breakdown completed.
 Section G matched funding progress table completed.
 Signed letter for each matched funder setting out their willingness to
provide at least 50% of the total project cost, confirming that the
payment will be in cash rather than in kind.
 An electronic copy of the above information sent to
[email protected] by 13 July 2014 at 23:59.
 Two paper copies of the above information sent to Computing
Matched Fund, Standards Division, Department for Education, Great
Smith Street, Westminster, London SW1P 3BT by 15 July 2014 at
17:00.
Please note that bids may be rejected if the information asked for in this
document is not given at the time of bidding as set out in Section B section12.
Please see Section B section 8 that outlines the desired format of bids.
23
I. A SUMMARY OF THE BIDS APPROVED IN ROUND ONE
The following has been adopted from the Department press notice published 3
June:

The BCS, CAS and Microsoft will create another 100 CAS Hubs, where
teachers and lecturers meet to share ideas for developing the teaching of
computing in schools, and another 250 lead schools for their Network of
Excellence to train teachers across England. This brings the total of hubs
and lead schools to 200 and 500 respectively, allowing them to help up to
30,000 primary teachers and 12,000 secondary teachers understand how
they can go about designing, developing and delivering their own
teaching and learning resources for the new computing curriculum. The
DfE will provide £150,000 for this project with a further £284,000 provided
by Microsoft.

Edge Hill University will use its funding to develop teacher training
resources and deliver four national conferences as well as 80 full day
training events for a network of at least 400 teachers. The DfE will
provide £49,316 with £10,000 to be provided by Rising Stars and £39,316
from Promethean.

The project will help teachers and pupils in bridging the gap between
block based programming languages and text-based languages such as
Java or Python, which are used by industry. It will train 170 Computing At
School master teachers in two complementary software systems - the
Turtle System and GeomLab. Those master teachers will then share that
training with more than 750 secondary school teachers. The Janeway
family will provide £25,000, along with £15,000 from the Oxford
University’s faculties of computer science and philosophy and £12,500
from the University’s Van Houten Fund, which will be matched by
£52,500 from the DfE.

Code Club Pro will train nearly 3,000 primary teachers through a national
programme of computing teacher training. Volunteer expert trainers and
teachers who have received an additional 16 hours of training will be
recruited to run it. Google will provide £10,000 for the project alongside
£25,000 from ARM, £10,000 from Postcode Anywhere, and £41,314 from
DfE.

The University of Hertfordshire will provide every secondary school in
England with at least two hard copies of a comprehensive secondary
computing curriculum guidance document, as well as access to an online
version of the guidance provided as an eBook. This will be the first time
free resources of this type will have been delivered to all secondary
schools. The project will be funded by £15,000 from the Raspberry Pi
Foundation and £15,000 from the DfE.

The London Connected Learning Centre (CLC) will provide tailored
computing teacher training to 10 primary and secondary schools.
24
Computer scientists and other technologists will also lead seminars at the
schools to help teachers better understand how computing is used so
they can put the subject into a real-world context for students. Resources
will then be shared with more than 60 schools in the CLC’s London
network. The project will be backed with £15,000 from IBM and £15,000
from DfE funding.

Beautiful Education will provide personalised training programmes for 30
teachers at 10 secondary schools in Hackney to help build up the skills
they need to deliver the new curriculum. The Hackney Learning Trust will
provide £15,000 for the programme which will be matched by the DfE.
25