Scope
Reference
001
Description
UKROEd is undertaking a tender to procure a delivery partner for implementation of its MApp Phase 2 requirements. UKROEd has worked hard to establish its role as trusted governor of the National Driver Offender Retraining Scheme and while stakeholder feedback is consistently positive, we also know that accessing our systems and services, and our communications, can sometimes feel disjointed. 'Behind the scenes' some of our systems and processes are not as efficient and effective as we would wish. UKROEd has expanded rapidly since its creation in 2016. The company has recently developed its first Digital Strategy and within this, identified several areas of activity that would benefit from some digital investment.
To address the challenges, UKROEd has commissioned Project MApp (Management Application), which will deliver an integrated business management solution that seeks to improve organisational and staff efficiency, ensure high data quality and accuracy to support timely decision making, and provide an exceptional user experience for our staff and external stakeholders. It will deliver the consolidation (and where possible automation) of critical business processes around an integrated solution.
This holistic solution will not be a single logical product or technology platform and will at least comprise of a Learning Management Solution (LMS) and a Customer Relationship Management System (CRM), to be sourced separately but branded and acting (where required) cohesively as an integrated system. MApp in totality will facilitate much of UKROEd's core business including stakeholder engagement, trainer and provider licence management, training interventions (face-to-face and e-learning) and live events / conferences. Acknowledging the fact that an LMS has a simpler set of requirements and to start realising benefits as quickly as possible, these requirements were "frontloaded", with the procurement of an LMS being authorised as part of MApp 'Phase 1'. Phase 1 implementation is underway, with Open eLMS as the chosen technology platform. This tender exercise for 'Phase 2', will address the wider requirement set.
UKROEd is seeking a delivery partner for implementation of its MApp Phase 2 requirements, centred around the deployment of an integrated, low/no-code CRM. Given the organisation's existing Microsoft 365 platform/application base, current technology strategy and internal skillset, it is anticipated the core CRM solution will likely comprise of Microsoft Dynamics 365, integrating with the Power Platform ecosystem for customer portal and full workflow capabilities. However, alternatives will also be considered. While the wider support model for MApp is to be determined, we would anticipate that the contracted delivery partner thereafter provides platform and application support for the implemented solution as part of a managed service. A budget envelope of GBP 500,000 has been established, within which prospective tenderers will be invited to submit capped implementation pricing (during invitation to submit a final tender - i.e. after dialogue) for delivery of all core components. As a small organisation with a limited budget, robust control over costs will be imperative.
Contract 1. Tender for UKROEd Project MApp (Management Application) CRM Phase 2
Supplier
Contract value
- £2,000,000 excluding VAT
- £2,400,000 including VAT
Above the relevant threshold
Date signed
19 January 2026
Contract dates
- 19 January 2026 to 18 January 2030
- Possible extension to 18 January 2034
- 8 years
Description of possible extension:
The possibility of four additional one-year extensions (4+1+1+1+1)
Main procurement category
Services
Options
The right to additional purchases while the contract is valid.
Contract contains concept of core components and additional components. Where committed to by the supplier as part of tender submission, they are to be delivered via a capped time and materials pricing submission at award. For components not committed to be delivered via the capped time and materials pricing submission, pricing will be agreed, at the point of decision to proceed is made subject to the overall pricing conditions of the contract and in accordance with the rate card submitted with the tender.
CPV classifications
- 72000000 - IT services: consulting, software development, Internet and support
Contract locations
- UKD33 - Manchester
Justification for not setting key performance indicators
There is an overall availability service level of 99.5% and Incident Management Service Levels are being used in accordance with a P1 - P4 Priority Level.
Submission
Submission type
Requests to participate
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Supplier
CRANMORE CONSULTING LIMITED
- Companies House: NI070910
- Public Procurement Organisation Number: PDDN-5833-MBHX
73 Church View
Holywood
BT18 9LN
United Kingdom
Email: info@cranmoreconsulting.com
Website: http://www.cranmo.re
Region: UKN09 - Ards and North Down
Small or medium-sized enterprise (SME): Yes
Voluntary, community or social enterprise (VCSE): No
Supported employment provider: No
Public service mutual: No
Contract 1
Contracting authority
UKROED LIMITED
- Companies House: 08773977
- Public Procurement Organisation Number: PDGN-8678-JDZX
Colwyn Chambers
Manchester
M2 3BA
United Kingdom
Email: procurement@ukroed.org.uk
Region: UKD33 - Manchester
Organisation type: Public authority - sub-central government
Other organisation
These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.
PHP LAW LLP
Summary of their role in this procurement: Procurement Advisor
- Companies House: OC429243
- Public Procurement Organisation Number: PPRM-9434-VNYQ
Unit 3 The Brutus Centre
Totnes
TQ9 5RW
United Kingdom
Email: josie.medforth@phplaw.co.uk
Website: http://www.phplaw.co.uk
Region: UKK43 - Devon CC