World news story

Call for proposals: Study on English Teacher Training in Brazil

Foreign and Commonwealth Office (FCO) seeks a supplier to deliver a study on the training of English language teachers who operate in public schools in Brazil.

The Foreign and Commonwealth Office (FCO), seeks to appoint a Service Supplier to deliver a study on the training of English language teachers who operate in public schools in Brazil. The scope of the study will include training received at the point of becoming an English teacher – university degree, specialisation courses and training, and continuous professional development for teachers of ELT (English Language Teaching) to identify entry points and opportunities to support improvement in the training of both existing and future English teachers. The study will have two related outputs:

Output 1: present a landscape report of the current context of English teacher training in Brazil. The report should be evidence-based and include a list of data sources used. This report should:
a. Set out the main pathways for ELT teacher training in Brazil;
b. Set out, where available, headline data on the current stock of K12 English teachers in Brazil and their qualification level;
c. Identify the key institutions supporting English language teacher training in Brazil; d. Consider the strengths and weaknesses to the current approach to English language teacher training in Brazil;
e. Identify opportunities and entry points for improvement within the current system.

Output 2: building on from Output 1, design a set of recommendations (at least 4-5) for how the Skills programme could support ELT teacher training in Brazil. This should consider the evidence for effective interventions to improve English teacher training and include a list of data sources used. The recommendations should take account of the following aspects: a. The interventions should be focused on technical assistance and capacity building; b. The interventions will be implemented within a period of three years approximately; c. The interventions will be designed to be developed within the institutions’ current structure and with the available physical and human resources; d. The recommendations should be drawn based on the evidences of Output 1 and with the ultimate purpose of training and upskilling English teachers to support students learn English as a key skill to increase access to higher education, TVET and labour market; e. The interventions should be based on the potential of funding available and the timelines of the programme.

DELIVERABLES AND KEY DATES

The work should run over nine weeks: about 2/3 of the total period dedicated to Output 1 – 1/3 of which dedicated to desk research, 1/3 to the interview of stakeholders and the final third to organise the findings and draft the report – and about 1/3 of the total period dedicated to Output 2 – analysis of findings from Output 1 and design of recommendations:

I. A landscape study on initial and continuous teacher training for ELT in Brazil. Final draft by 13 February 2019. The FCO reserves the right to request amendments to the report if considered inconclusive. Potential amendments will be added by the service supplier and included in the final report, to be delivered along with Output 2.

II. A recommendation report which takes forward the analysis above to identify and explore in detail opportunities of interventions in teacher training for ELT. Final draft by 6 March 2019. The recommendations should be in line with the Fund’s goal of reducing poverty and inequality through stimulating inclusive economic growth. The FCO reserves the right to request amendments to the report if considered inconclusive.

BUDGET AND PAYMENTS

The maximum budget for the service covered under these terms of reference will be no more than £18,000.

The supplier will propose the overall budget for this work, which must be inclusive of all applicable taxes, overheads and travel costs for any field visits, if applicable. Bidders are expected to show value for money and not reach the budget ceiling if costs can be lower. Payments will be made in two instalments: 50% upon reception of Output 1, and the remaining 50% following completion and reception of Output 2. Payments will be made after any updates have been incorporated and signed-off by the British Consulate.

SUBMISSION OF PROPOSALS

Interested parties are asked to submit:
I. Full proposal including a detailed methodology of how they will deliver the above-mentioned service, including a schedule of activities.
II. The CV(s) of the team who will undertake the service delivery. The experts should demonstrate all skills and competencies listed above and bidders should show previous experience conducting similar services. UK organisations may wish to consider partnering with local experts and a list of stakeholders a supplier would want to consult with as part of this study.
III. Financial proposal including all charges and fees as per above mentioned instructions. The financial proposal should also include the related costs to support the total amount charged, such as number of team members working on the study, number of days and day rates, as well as travel expenses, if needed.

Proposals need to be submitted in English by email to adriana.balducci@fco.gov.uk, by 30 November 2018 at the latest.

EVALUATION OF PROPOSALS

The tender process aims to ensure that the tenders are evaluated fairly to ascertain the most economically and technically advantageous tender from the point of view of the purchasing Authority.

The evaluation methodology will assess the proposals according to the following criteria: 20% to the understanding of the brief and knowledge of subject matter, 40% to the methodology, 20% to the team, and 20% to value for money and competitiveness of overall costs.

Bidders should ensure their answers are concise and relevant to this specific contract, and refrain from uploading extensive generic corporate documentation or marketing literature. Excessive generic material may result in the bid being deemed unacceptable and excluded from the process.

All proposals will be assessed from both technical and commercial perspectives to ensure that best value for Tax Payer’s money is being achieved.

Any tender that is not compliant with the Conditions of Contract may be rejected.

Abnormally Low Tenders may be removed from the evaluation process if the Authority deems them to be unacceptable. This is to prevent their commercial score skewing subsequent scoring.

TERMS OF REFERENCE

Please see full terms of reference on the link below.

Published 31 October 2018