Contract

383_25 Managed Learning Services

  • Leicestershire County Council, trading as ESPO

UK7: Contract details notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2026/S 000-010996

Procurement identifier (OCID): ocds-h6vhtk-04ffd7 (view related notices)

Published 6 February 2026, 2:21pm



Scope

Reference

383_25

Description

ESPO framework provides access to Managed Service Providers (MSPs) for the sourcing, administration and management of customers' training requirements.

The framework also provides Learning Management System (LMS) providers, allowing for the administration, documentation, tracking, reporting and delivery of training requirements, and this is intended for customers who plan on retaining the sourcing and booking of their organisation's training requirements in house and require a system to administer these requirements.

The Framework is divided into 2 lots.

For any additional details please also refer to https://www.espo.org/managed-learning-services-383-25.html

Note: Overall framework award was concluded on 13/01/2026, with this notice being published to follow on from this.

Commercial tool

Establishes a framework


Lot 1. Managed Service Provider (MSP)

Description

A single Managed Service Provider (MSP) takes responsibility for the Customer's training requirements, as opposed to the customer managing a selection of individual training Service Providers themselves.

For further details, please refer to the procurement/tender documents.


Lot 2. Learning Management System (LMS)

Description

A Learning Management System (LMS) allows for the administration, documentation, tracking, reporting and delivery of training requirements.

For further details, please refer to the procurement/tender documents.


Framework

Maximum percentage fee charged to suppliers

1%

Further information about fees

As a public body, ESPO have a statutory obligation to recover the costs incurred in the management of this Framework. This obligation is met by means of a Framework Fee which will be payable by the Suppliers to ESPO based on the total turnover of business conducted by them under the Framework.

The value of the Framework Fee shall be calculated as a percentage of the total value of business conducted by the Supplier under the Framework. Framework Fee payments will be plus VAT at the prevailing rate.

Framework operation description

It should be noted that the Framework could be used in a number of ways where Managed Learning Services are required. Customers wishing to buy Managed Learning Services via the Framework will do so in the following ways in accordance with section 45 of the Procurement Act 2023 (and any subsequent amendment or re-enactment thereof):

Call-off without competition

'Calling-off' Services from a Supplier identified who is a) included in the Framework, b) suitable for meeting the Customer's specific needs, and c) identified as offering the most advantageous solution to the Customer's requirements, based on Customers' supplier selection decisions.

Call-off with competition (Further Competitive Selection Process)

'Calling-off' by conducting a further competitive selection process amongst those Suppliers identified in the Framework as being able to provide the required Services. This means that not all competitive selection processes will necessarily include all the Suppliers. A customer will only invite those Suppliers that are included in the Framework for the particular type of contract required. Customers will assess the suppliers as set out in the terms and conditions of the Framework.

Further competitive selection processes may be conducted directly by the Customer, or by ESPO, or by any other appropriate third party on the Customer's behalf. Please note that once this Framework is established, the right is reserved by the Customer when running a further competitive selection process, to invite the Suppliers to participate in an eAuction. Meetings with Suppliers, interviews, presentations and/or site visits may be required as part of the process at further competition stage as determined by the Customer.

IMPORTANT: Suppliers will not be compelled to tender for all business offered via further competitive selection processes, and so declining to tender in such instances will not affect a Supplier's position on the Framework; however, it should be noted that persistent and repeated failure to tender may lead to a review of a Supplier's continued inclusion.

When assessing proposals submitted under a further competitive selection process, Customers may include conditions of participation to assess Suppliers' technical ability to perform the contract as part of the competitive selection process as determined according to the Customer's own particular circumstances.

Any assessment of Suppliers' proposals under a further competitive selection process must be based only on some or all of the award criteria that were used to assess tenders when the framework was awarded. Customers may refine these criteria, for example, by including additional sub-criteria or by explaining the criteria further.

All Services provided under the Framework will be provided and delivered directly to the Customers, in accordance with instructions given to the Supplier at the time of placing the order. Liability for payment of the Supplier's invoices will rest solely with the Customer, as appropriate in each case.

ESPO Trading Limited Second Framework:

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Procurement Act 2023 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Procurement Act 2023 or other public procurement legislation. Accordingly, this is provided for tenderers information only.

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

As a Centralised procurement authority as defined in the Procurement Act 2023, the Framework is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal

Contracting authority location restrictions

  • UK - United Kingdom

Contract 1. Lot 1. Managed Service Provider (MSP)

Lots

Lot 1. Managed Service Provider (MSP)

Suppliers (6)

Contract value

  • £90,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

2 January 2026

Contract dates

  • 2 January 2026 to 1 January 2028
  • Possible extension to 1 January 2030
  • 4 years

Description of possible extension:

The framework agreement has the option to extend for up to a further 24 months (under normal circumstances this will be completed in full, or potentially in 12-month periods, and is subject to the performance of the framework).

The total estimated values captured in this notice include the option to extend the framework as noted above.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

This framework includes a number of options that provide flexibility for Customers throughout the life of the framework. These options apply across all Lots and are designed to ensure the framework remains responsive to evolving needs and market conditions. The key options are as follows:

Additional Services

Customers may request additional services beyond the core specification, as outlined in the pricing schedule. These include optional modules, system integrations, or bespoke training solutions. These options are not scored during evaluation but may be selected at call-off stage based on individual customer needs.

CPV classifications

  • 79420000 - Management-related services
  • 79632000 - Personnel-training services
  • 79633000 - Staff development services
  • 80000000 - Education and training services
  • 92312212 - Services related to the preparation of training manuals

Contract locations

  • UK - United Kingdom

Signed contract documents

383_25 Framework Agreement.pdf

383_25 Framework Agreement

383_25 Form of Contract and Call-Off Terms (Framework Schedule 3).pdf

383_25 Form of Contract and Call-Off Terms (Framework Schedule 3)


Contract 2. Lot 2. Learning Management System (LMS)

Lots

Lot 2. Learning Management System (LMS)

Suppliers (6)

Contract value

  • £10,000,000 including VAT

Framework lot values may be shared with other lots

Above the relevant threshold

Date signed

2 January 2026

Contract dates

  • 2 January 2026 to 1 January 2028
  • Possible extension to 1 January 2030
  • 4 years

Description of possible extension:

The framework agreement has the option to extend for up to a further 24 months (under normal circumstances this will be completed in full, or potentially in 12-month periods, and is subject to the performance of the framework).

The total estimated values captured in this notice include the option to extend the framework as noted above.

Main procurement category

Services

Options

The right to additional purchases while the contract is valid.

This framework includes a number of options that provide flexibility for Customers throughout the life of the framework. These options apply across all Lots and are designed to ensure the framework remains responsive to evolving needs and market conditions. The key options are as follows:

Additional Services

Customers may request additional services beyond the core specification, as outlined in the pricing schedule. These include optional modules, system integrations, or bespoke training solutions. These options are not scored during evaluation but may be selected at call-off stage based on individual customer needs.

CPV classifications

  • 48931000 - Training software package
  • 79420000 - Management-related services
  • 80000000 - Education and training services

Contract locations

  • UK - United Kingdom

Signed contract documents

383_25 Framework Agreement.pdf

383_25 Framework Agreement

383_25 Form of Contract and Call-Off Terms (Framework Schedule 3).pdf

383_25 Form of Contract and Call-Off Terms (Framework Schedule 3)


Other information

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure


Suppliers

AWTG LIMITED

  • Companies House: 05793772
  • Public Procurement Organisation Number: PRQN-2658-LDRD

8 Canham Mews, Canham Road

London

W3 7SR

United Kingdom

Region: UKI73 - Ealing

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2. Learning Management System (LMS)

CAPITA BUSINESS SERVICES LTD

  • Companies House: 02299747
  • Public Procurement Organisation Number: PGJV-4881-DTGT

First Floor, 2 Kingdom Street, Paddington

London

W2 6BD

United Kingdom

Region: UKI32 - Westminster

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1. Managed Service Provider (MSP)

Excelsoft Technologies

  • Public Procurement Organisation Number: PDBL-3862-CPHR

1-B, Hootagalli Industrial Area Mysuru (Karnataka) 570018 India

Mysuru (Karnataka)

570018

India

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2. Learning Management System (LMS)

INSPIRO LEARNING LIMITED

  • Companies House: 08058712
  • Public Procurement Organisation Number: PWTM-1946-GLJY

Inspiro Learning Centre Rands Lane, Armthorpe

Doncaster

DN3 3EW

United Kingdom

Region: UKE31 - Barnsley, Doncaster and Rotherham

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1. Managed Service Provider (MSP)

INTERTRAIN UK LTD.

  • Companies House: 04696164
  • Public Procurement Organisation Number: PXCQ-2548-XWQM

Balby Court, Carr Hill

Doncaster

DN4 8DE

United Kingdom

Region: UKE31 - Barnsley, Doncaster and Rotherham

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1. Managed Service Provider (MSP)

JZero Solutions (GIB)

  • Public Procurement Organisation Number: PZXX-8639-PHJW

Suite 23 Portland House, Glacis Road

Gibraltar

GX11 1AA

Gibraltar

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2. Learning Management System (LMS)

ME LEARNING LIMITED

  • Companies House: 05842638
  • Public Procurement Organisation Number: PXMB-9561-QMXJ

1st Floor Europa House Southwick Square

Southwick

BN42 4FJ

United Kingdom

Region: UKJ27 - West Sussex (South West)

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2. Learning Management System (LMS)

NEW MEDIA WAREHOUSE LTD (t/a Synergy Learning)

  • Companies House: NI055784
  • Public Procurement Organisation Number: PXQQ-3572-LTWW

The Innovation Centre, Queens Road

Belfast

BT3 9DT

United Kingdom

Region: UKN06 - Belfast

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 2. Lot 2. Learning Management System (LMS)

PREMIER PEOPLE SOLUTIONS LIMITED (t/a Premier Partnership)

  • Companies House: 5997338
  • Public Procurement Organisation Number: PZJN-1714-XYHJ

3 Derwent House, Richmond Business Park, Sidings Court

Doncaster

DN4 5NL

United Kingdom

Region: UKE31 - Barnsley, Doncaster and Rotherham

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1. Managed Service Provider (MSP)

Contract 2. Lot 2. Learning Management System (LMS)

QA LIMITED

  • Companies House: 02413137
  • Public Procurement Organisation Number: PLCZ-7371-DXGG

International House, Third Floor, 1 St Katharine's Way

London

E1W 1UN

United Kingdom

Region: UKI42 - Tower Hamlets

Small or medium-sized enterprise (SME): No

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1. Managed Service Provider (MSP)

REED LEARNING LIMITED

  • Companies House: 11359910
  • Public Procurement Organisation Number: PBCH-2975-LDRX

Academy Court, 94 Chancery Lane

London

WC2A 1DT

United Kingdom

Region: UKI31 - Camden and City of London

Small or medium-sized enterprise (SME): Yes

Voluntary, community or social enterprise (VCSE): No

Supported employment provider: No

Public service mutual: No

Contract 1. Lot 1. Managed Service Provider (MSP)


Contracting authority

Leicestershire County Council, trading as ESPO

  • Public Procurement Organisation Number: PYDD-1122-TCVN

Barnsdale Way, Grove Park, Enderby

Leicester

LE19 1ES

United Kingdom

Contact name: Corporate Solutions Procurement Team

Email: tenders@espo.org

Website: https://www.espo.org/

Region: UKF22 - Leicestershire CC and Rutland

Organisation type: Public authority - sub-central government