Section one: Contracting authority
one.1) Name and addresses
Cabinet Office with Infrastructure and Projects Authority (IPA) acting on their behalf
1 Horse Guards Road
London
SW1A 2HQ
supplier@crowncommercial.gov.uk
Telephone
+44 3150103503
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/infrastructure-and-projects-authority
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Major Projects Leadership Academy (MPLA), Orchestrating Major Projects (OMP) & Optional Services
Reference number
RM6223
two.1.2) Main CPV code
- 80500000 - Training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Cabinet Office, represented by the Infrastructure and Projects Authority IPA (the “Authority”), has established a contract for the continued provision of the Major Projects Leadership Academy (the “MPLA”) and Orchestrating Major Projects (“OMP”) programmes and other services. The Supplier is required to refresh the design, format and curriculum of the MPLA and OMP and to deliver the programmes and any other services as directed by the Authority, throughout the duration of the Contract.
Acting on behalf of IPA, Crown Commercial Service (CCS) is acting as IPA’s Agent.
This procurement is conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It is conducted in accordance with regulations 74 to 76 of PCR 2015, and relates to the education and training services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) 2015 as a specific service.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £31,000,000
two.2) Description
two.2.2) Additional CPV code(s)
- 80420000 - E-learning services
- 80500000 - Training services
- 80510000 - Specialist training services
- 80511000 - Staff training services
- 80520000 - Training facilities
- 80521000 - Training programme services
- 80522000 - Training seminars
- 80530000 - Vocational training services
- 80531000 - Industrial and technical training services
- 80531200 - Technical training services
- 80570000 - Personal development training services
- 80590000 - Tutorial services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
MPLA was launched in 2012. It is aimed at leaders who hold the most senior delivery roles on projects in the Government’s Major Project Portfolio (GMPP). The programme since inception has enrolled over 840 leaders from across government departments and launched 28 cohorts. The MPLA is based on 4 leadership competencies: leadership of self, leadership of major projects, commercial leadership and technical leadership. Its content combines expert academic theory with insights from experienced practitioners. Its format currently includes 3 residential modules, master classes, an assurance review of a major project, assignments and online tools such as bespoke 360 °C feedback and a dedicated programme portal.
The OMP was launched in 2016 and is for government’s most senior leaders, such as Directors General, who influence the wider operating environment to enable project success. The programme examines how the major projects operating environment is shaped to enable project success. Currently it is delivered over 6 months and includes an orientation event, a residential week, 2 masterclasses, group tutorials and a capstone day. It has launched, up to June 2021, 4 cohorts and enrolled over 50 leaders.
Other related programmes, workshops and activities on major project delivery are delivered for senior government officials and leaders over the duration of the contract.
The Supplier will deliver all the mandatory requirements as detailed in Contract Schedule 2.1 Services Description, Annex 1 Specification of Services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open 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.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-015620
Section five. Award of contract
Lot No
1
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 March 2022
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street. L3 9PP
Liverpool
L3 9PP
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £31,000,000
Section six. Complementary information
six.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: [insert contracts finder link]
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 02/04/2014, 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 were required to 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
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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
CCS reserved the right to award a framework to any bidder whose final score was within 1% of the last position. For Lot [X] [NUMBER OF AWARDED SUPPLIERS] suppliers were awarded a place as opposed to the number of [NUMBER OF PLACES AS PER THE CONTRACT NOTICE] as was originally stated in the Contract Notice that was published on [DATE XX/XX/XXXX].
six.4) Procedures for review
six.4.1) Review body
Infrastructure and Projects Authority (IPA) and Crown Commercial Services (CCS) acting as it’s Agent
1 Horse Guards
London
SW1A 2HQ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Infrastructure and Projects Authority (IPA) and Crown Commercial Services (CCS) acting as it’s Agent
1 Horse Guards
London
SW1A 2HQ
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Infrastructure and Projects Authority (IPA) and Crown Commercial Services (CCS) acting as it’s Agent
1 Horse Guards
London
SW1A 2HQ
Country
United Kingdom