Section one: Contracting authority
one.1) Name and addresses
Cabinet Office
70 Whitehall
LONDON
SW1A2AS
contact.ccdt@cabinetoffice.gov.uk
Country
United Kingdom
Region code
UKI32 - Westminster
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.gov.uk/government/organisations/cabinet-office
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://crowncommercialservice.bravosolution.co.uk/web/login.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://crowncommercialservice.bravosolution.co.uk/web/login.html
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Learning Frameworks 2.0
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.1.4) Short description
This procurement is for the provision of the new learning and development contracting vehicle(s) to service Central Government organisations.
The commercial vehicle(s), known as Learning Frameworks 2.0 , will replace existing learning and development contracts and will deliver blended, and technically innovative, learning solutions for some or all the following (this list is not exhaustive and could be subject to change):
- a core curriculum, defining and providing required skills and knowledge, from foundational to specialist, as defined by the Authority;
- assurance of the quality and relevance of all products and programmes, as defined and agreed by the Government Campus;
- products for management and leadership as defined by the Authority, and assured in relevance by the Leadership College for Government, to build leadership capability across complex systems, and accountable and effective managers;
- access to specialist training for professions and functions across government, including access to qualifications;
- specific emphasis on understanding and using data, science, technology and engineering, and the basics of public administration, and other skills priorities as defined by the government skills strategy.
The solution will provide support infrastructure and services which may include: administration, scheduling, bookings, venues, evaluation managing and monitoring, management information reporting and analysis, sourcing and procurement, supply chain management, invoicing of services and working with Government venues and on-line services.
The solution will also provide access to licences for learning services and qualifications and off-the-shelf training.
The commercial solution(s) will include organisations with the capability to manage large-scale learning delivery, technologies to support end-to-end learning delivery, a partnership approach with delivery organisations, including the use of small and medium enterprises and educational institutions, and have access to niche, specialist and research-based knowledge and insight.
Suppliers need to foster innovative partnerships tailored to facilitate efficient and effective delivery of various programmes and courses
The contracts will be flexible to be able to respond to changes, such as policy priorities, workforce locations and demographics, how and when people learn, and technology.
The services will need to reflect policies under the Government People Plan initiatives, be responsive to transformations of the Civil Service across the UK and overseas, and present a UK-wide service in support of the missions-led government and Plan for Change agendas. They will support the Government Campus evaluation strategy.
two.1.5) Estimated total value
Value excluding VAT: £456,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The same Tenderer cannot be awarded a Contract for both (i) Lot A and (ii) either or both of Lots B and C. Full details of this approach will be available with the ITT.
two.2) Description
two.2.1) Title
Lot A
Lot No
1
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Learner Insights and Support Services (LISS):
First point for contact for enquiries from Learners and Commissioners, catalogue of services, intelligent client services, horizon scanning, MI/Data reporting, spend control and evaluation tiering.
Leading and Managing - Skills for Leaders and Managers:
Providing the hosting, facilitation, booking, feedback surveys and specialist evaluation services for all Leading and Managing (L&M) products, including cross-civil service, bespoke, qualifications, licences, facilitation services and Off-The-Shelf products.
Providing the hosting, facilitation, booking, feedback surveys and specialist evaluation services for Senior Executive Coaching.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £216,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The objective criteria for deciding which applicants shall progress to the ITT stage are set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot B
Lot No
2
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Core Skills - Skills for All:
Providing the hosting, facilitation, booking, feedback surveys and specialist evaluation services for Core Skills in Government products, including cross-civil services, bespoke, qualifications, licences, facilitation services and Off-The-Shelf products.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £88,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The objective criteria for deciding which applicants shall progress to the ITT stage are set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2) Description
two.2.1) Title
Lot B
Lot No
3
two.2.2) Additional CPV code(s)
- 80000000 - Education and training services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Specialist Skills - Skills for members of professions:
Providing the hosting, facilitation, booking, feedback surveys and specialist evaluation services for Specialist Skills in Government products, including cross-civil service, bespoke, qualifications, licences, facilitation services and Off-The-Shelf products.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £152,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
The objective criteria for deciding which applicants shall progress to the ITT stage are set out in the procurement documents.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 March 2025
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 March 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The Authority shall not be liable for any costs incurred by those potential bidders (including third party, costs, fees or expenses) expressing an interest in or tendering for this contract opportunity. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential bidders. No implied contracts are created.
The Authority reserves the right not to award any contracts as described in this notice, postpone or terminate the tendering exercise (or any part of it) at any time without liability on its part.
The value of the contracts stated above is an estimate only and no guarantees or commitments are given by the Authority in relation to the volume or value of the services that will be instructed under the contracts, which may fluctuate from time to time (including depending on the level of use of the services by the Authority and other Central Government Bodies).
Any contracts will be awarded by the Minister for the Cabinet Office, however bidders should be aware that the services can be used by any of the bodies identified below (and their successors), and the contracts will be entered into for the benefit of the Minister of the Cabinet Office and for the benefit of all such bodies that use the services from time to time:
All Ministerial Government Departments;
Non Ministerial Government Departments;
Executive Agencies of government and other subsidiary bodies;
Civil service bodies, including public sector buying organisations;
All non-Crown Status Government Companies wholly or partly owned by Central Government Departments and their subsidiaries;
The non-Departmental Public Bodies, other Public Bodies, Public Corporations and their subsidiary bodies sponsored by Central Government Departments which are not covered by the above categories;
All new bodies created which fall within the criteria set out above;
Those listed and maintained by the Government on their website at https://www.gov.uk/government/organisations or any replacement or updated web-link; and
Those listed and maintained by the Office of National Statistics (ONS) as being part of Central Government at https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide or any replacement or updated web-link.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement.
This link provides information on the GSC at:
https://www.gov.uk/government/publications/government-security-classifications
The Supplier is required to submit prior to the Contract Award date all the due certificates, statements and other means of proof requested in the ITT.
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
Tenderers should be aware that while the title of this procurement is "Learning Frameworks 2.0", this Procurement Process does not relate to the procurement or award of a "framework agreement" (within the meaning of the PCR 2015). This Procurement Process relates to the award of "public service contracts" (within the meaning of PCR 2015) in respect of each Lot.
six.4) Procedures for review
six.4.1) Review body
Cabinet Office
London
Country
United Kingdom