Open tender

Published

Occupational maps-RM1043.8-1-Department For Education

10 suppliers have saved this notice.

Looks like a fit? Save this tender and qualify it in Stotles

Close date

2026-03-20

Description

Pre-market engagement N/A Work done so far Over the past five years, significant investment has gone into developing the online Occupational Maps service and the API. This work has been essential in creating a clear, coherent view of how the Technical Education (TE) system is structured and in showcasing the full range of products available within it. We are now focused on maximising the return on that investment by ensuring the Maps and API are actively maintained, remain fully up to date with the latest policy developments and continue to meet the evolving needs of our users. This next phase is about strengthening sustainability, improving usability and ensuring the Maps play a central role in supporting the wider adult skills ecosystem. Which phase the project is in Live Existing team Product Owner, Project Support, Service Designer, User Researchers, Data Scientist Address where the work will be done UK Working arrangements The successful supplier must work flexibly and provide specialist skills as needed to achieve the minor development goals. Delivery will follow standard agile delivery techniques, monitored by the Product Owner during a mandatory bi-weekly checking meeting, where the backlog will be prioritised. The supplier will also be responsible for managing the hosting and maintenance of the service, ensuring that any such work receives approval from the Product Owner and appropriate notice is given before it commences. The successful contract will adopt a "one team" approach, with the internal project team operating within IR35 regulations. The supplier will be responsible for managing their resources and backlog throughout the contract. Provide more information about your security requirements: Baseline Personnel Security Standard (BPSS) Provide more information about your security requirements: Enhanced DBS and Cyber Essential Plus Certificate will also be required. Latest start date 2026-08-17 Enter the expected contract length: 2 years Extension period: 1 year Special terms and conditions The supplier must be proficient in C#, .NET, Umbraco CMS, Angular with NgRx, ngBootstrap and Microsoft SQL, adhering to WCAG 2.2 AA standards. Environments must run .NET and MSSQL with SQL Full-Text Search, including segregated development environments. Infrastructure must support required uptime, security (DDoS/WAF protection), and data resilience. Operating systems and software must be maintained on Long Term Support (LTS) versions. Monthly reports on work and backend service performance are required, along with a comprehensive handover report at the end of the contract. Special terms and conditions Bidders must respond to the opportunity using the response template found within the project attachments. Only essential and nice to have criteria require responses at stage 1. Special terms and conditions In order to participate in this opportunity, DOS6 awarded suppliers should have followed all necessary registration steps through the Public Procurement Gateway, operated by Crown Commercial Service (CCS). Please follow instructions sent to you at the email address supplied during the DOS6 application process. Special terms and conditions The Supplier shall ensure that no Supplier Staff who discloses that they have a Relevant Conviction, or who is found to have any Relevant Convictions (whether as a result of a police check or through the vetting procedure of HMG Baseline Personnel Security Standard or through the Disclosure and Barring Service (DBS) or otherwise), is employed or engaged in any part of the provision of the Services without the prior written approval of the Buyer. Subject to the Data Protection Legislation, the Supplier shall disclose the results of their vetting process, immediately to the Buyer. The decision as to whether any of the Supplier’s Staff are allowed to perform activities in relation to the Call Off Contract, is entirely at the Buyer’s sole discretion. The Supplier shall be required to undertake annual periodic checks during the Call Off Contract Period of its Staff, in accordance with HMG Baseline Personnel Security Standard so as to determine the Supplier Staff suitability to continue to Framework Schedule 6 (Order Form Template, Statement of Work Template and Call-Off Schedules) 5 provide Services under the Call Off Contract. The Supplier shall ensure that any Supplier Staff who discloses a Relevant Conviction (either spent or unspent) or is found by the Supplier to have a Relevant Conviction through standard national vetting procedures or otherwise, is immediately disclosed to the Buyer. The Supplier shall ensure that the individual staff member immediately ceases all activity in relation to the Call Off Contract, until the Buyer has reviewed the case, on an individual basis, and has made a final decision. Where the Buyer decides that a Supplier Staff should be removed from performing activities, as a result of obtaining information in relation to the Call Off Contract, or for any other reason, the Supplier shall promptly and diligently replace any individual identified. Special terms and conditions Expenses will not be paid for the monthly meet ups. The primary location of work will be specified in each Statement of Work (SoW) and expenses cannot be claimed for travel to that location. Expenses can be claimed for travel to any secondary location of work as required and agreed. Expenses are capped to the value specified in the SoW. When travel to secondary DfE sites is required, all costs incurred must comply with the prevailing DfE Travel and Subsistence policy. Parking is not available on DfE sites. Should base location vary it will be outlined and agreed upon the individual statements of work. Special terms and conditions The latest start date will be outlined in each individual statement of work. Except for in exceptional circumstances, and as agreed with the buyer Special terms and conditions Service provider resources must work within the United Kingdom unless agreed by the Department on an individual basis. Departmental equipment must not be taken abroad or access the departmental network whilst outside the United Kingdom unless agreed by the Department on an individual bas Special terms and conditions We will operate on a fixed price and time and materials model for the core budget. If the contingency budget is required, we reserve the right to and may apply a capped time and materials approach depending on the scale of the development. Special terms and conditions General Information Standard Framework and Call Off Terms and Conditions will apply Suppliers must agree to all DFE security clearance policies and processes. Suppliers must comply with the Regulation (GDPR) Regulation May 2018; the (DPA) Act 2018, the Law Enforcement Directive and any subsequent amendments/changes to date including providing sufficient guarantees to meet the requirements of GDPR in line with Procurement Policy Note (PPN) 02/18 May 2018 which updates PPN 03/17 All Project-Specific IPRs (as defined) and the Deliverables shall vest in the Buyer unconditionally and immediately upon their creation. Special terms and conditions Suppliers will be required to undertake Financial and Security Due Diligence as part of the tender process, prior to award. It will be undertaken at Stage 2 and must be completed by all shortlisted suppliers prior to contract award. While the FVRAT is not required at Stage 1, a copy has been included in the Stage 1 documentation to ensure suppliers are fully informed of this requirement in advance. Any supplier that does not meet the FVRAT requirements at Stage 2 will be asked to provide satisfactory mitigating measures. If suitable mitigations cannot be provided, the supplier will not be able to progress further in the procurement process. Please refer to the FVRAT guidance for detailed instructions and methodology of how the Department will approach the EFS assessment and its overall evaluation process. For information only at Stage 1 we have included the following documents: Financial viability risk assessment tool FVRAT Evaluation guidance Bidders' instructions –How to complete the FVRAT Special terms and conditions Non-Solicitation Clause: 1.1 The Supplier shall not, either directly or indirectly, by or through itself, its affiliate, its agent or otherwise, or in conjunction with its affiliate, its agent or otherwise, whether for its own benefit or for the benefit of any other person solicit, entice or induce, or endeavour to solicit, entice or induce, any employees of the Buyer who are employed or engaged in the performance of the Services with a view to employing or engaging the employee of the Buyer during the Call-Off Contract Period and for a period of [9 months] thereafter. 1.2. Notwithstanding clause 1.1 the Supplier may employ or engage any employees of the Buyer which have responded directly to a bona fide recruitment drive either through a recruitment agency engaged by the Supplier or via an advertisement placed publicly by the Supplier (either in the press, social media, online or in trade and industry publications). Special terms and conditions In regards with additional assessment methods - None - was selected because slides and simple visuals are expected as part of suppliers’ written responses in both Stage 1 and Stage 2. These visuals form part of the written submission and will be evaluated in line with the specified limits. Special terms and conditions Expected contract lengths is 2 years plus 12 months optional extension starting on 17/08/26 till 16/08/28 . Service transfer from incumbent between 17/08/26 and 31/08/26. Special terms and conditions We operate a collaborative ‘one team’ delivery model which means we fall inside of IR35; however, the supplier will retain full responsibility for managing the service, supervising their staff and delivering agreed outcomes. The authority will participate in joint planning and prioritisation but will not direct or control individual supplier personnel. This engagement therefore meets the definition of a contracted‑out service for off‑payroll purposes. Write the term or acronym: N/A Are you prepared to show your budget details?: Yes Indicative minimum: 632800 Provide further information: The contract has a maximum value of £1.72m (including VAT) over two years, with an optional one-year extension. Total contract budget, excluding contingency budget is £632,800 including VAT  OR including contingency budget £1,727,200 including VAT NOTE: Contingency budget is optional, not guaranteed, and subject to formal approval before use. Confirm if you require a contracted out service or supply of resource Contracted out service: the off-payroll rules do not apply Summary of work This procurement aims to secure funding for hosting, maintenance and enhancements of the occupational maps. It focuses on addressing improvements, implementing functionality upgrades and enhancing accessibility to ensure the service’s operational reliability. These efforts will support the ongoing development and effectiveness of the occupational maps for all users. Where the supplied staff will work No specific location (for example they can work remotely) Who is the organisation using the products or services Occupational Maps and API service is owned by Skills England. Why the work is being done To maintain operational continuity of the Occupational Maps service, ensuring uninterrupted access for stakeholders while strategic decisions are made about its future within DWP. The contract will cover hosting, maintenance and developments to keep the service reliable, accessible, and aligned with policy changes. It also provides scope for exploratory enhancements supporting government priorities around digital transformation and skills infrastructure The business problem you need to solve We are seeking a supplier to provide services for the ongoing support and development of our occupational maps. The contract will cover three key areas: Hosting: You will be responsible for securely hosting the maps, ensuring high availability and reliability for users. This includes maintaining server performance, managing uptime, and ensuring data security to provide seamless, uninterrupted access. Maintenance: The supplier will provide regular system maintenance, ensuring the maps remain up-to-date and operational. This includes implementing necessary updates, fixing bugs, and addressing system issues to ensure consistent functionality and performance. Developments: Ongoing enhancements and improvements to the maps. The supplier will manage functionality upgrades, accessibility enhancements and other developments to ensure the maps evolve with the changing needs of users and the technical education system, this could include the use of AI within the expansion of the service. Disclaimer: No proposed changes to the underlying technologies will be accepted unless there is a critical technology or business need. The supplier must ensure that any modifications are necessary and justified, and must obtain approval from Skills England to maintain compatibility and service continuity First user type: Primary users: employers, higher education institutions, training providers, colleges, LEPs/MCAs, professional bodies, awarding organisations, and other stakeholders involved in technical education. First user type: Secondary users: learners, careers professionals, and parents. First user type: API users: government, training providers, and education stakeholders who integrate OMAPS data into their own systems. Note: User groups may continue to evolve as the service grows, and it is likely that some secondary users will transition into primary users over time.

Unlock decision maker contacts.

Never miss a tender again

Get alerts, AI summaries and tools to qualify faster

Sign up to the Stotles Tender Tracker for free

Find even more contracts with advanced search capability and AI powered relevance scoring.