Awarded contract

Major Projects Leadership Academy (MPLA), Orchestrating Major Projects (OMP) & Optional Services

  • Cabinet Office with Infrastructure and Projects Authority (IPA) acting on their behalf

F03: Contract award notice

Notice reference: 2022/S 000-009160

Published 5 April 2022, 4:29pm



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

Email

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