Section one: Contracting authority/entity
one.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
Telephone
+44 3454102222
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/crown-commercial-service
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Learning and Development
Reference number
RM6145
two.1.2) Main CPV code
- 80000000 - Education and training services
two.1.3) Type of contract
Services
two.2) Description
two.2.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 72220000 - Systems and technical consultancy services
- 75121000 - Administrative educational services
- 75130000 - Supporting services for the government
- 79420000 - Management-related services
- 79998000 - Coaching services
- 80000000 - Education and training services
- 80300000 - Higher education services
- 80330000 - Safety education services
- 80400000 - Adult and other education services
- 80420000 - E-learning services
- 80430000 - Adult-education services at university level
- 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
- 80531200 - Technical training services
- 80532000 - Management training services
- 80550000 - Safety training services
- 80560000 - Health and first-aid training services
- 80561000 - Health training services
- 80562000 - First-aid training services
- 80570000 - Personal development training services
- 80580000 - Provision of language courses
- 80590000 - Tutorial services
- 92312212 - Services related to the preparation of training manuals
- 98910000 - Services specific to international organisations and bodies
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement at the time of conclusion of the contract:
We ran this competition using the ‘open procedure. The procurement was conducted under the Light
Touch Regime (‘LTR’) therefore was subject to limited regulation and conducted in accordance with
regulations 74 to 76 PCR 2015. Crown Commercial Service (CCS) sought to establish a
Framework Contract to support delivery of learning and development.on behalf of the Minister for
the Cabinet Office.
The Framework Agreement is available for use by UK public sector bodies as described
in the customer list.
The framework consists of the following lots:
Lot 3 - Combined Lot 1 and Lot 2
Lot 6 - Combined Lot 4 and Lot 5
Suppliers will be required to provide the deliverables set out in the Specification.
two.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
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.2) Administrative information
four.2.1) Contract award notice concerning this contract
Notice number: 2020/S 127-312150
Section five. Award of contract/concession
Contract No
RM6145
five.2) Award of contract/concession
five.2.1) Date of conclusion of the contract/concession award decision:
17 April 2020
five.2.2) Information about tenders
The contract/concession has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor/concessionaire
Official name The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
five.2.4) Information on value of the contract/lot/concession (at the time of conclusion of the contract;excluding VAT)
Total value of the procurement: £315,000,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
Telephone
+44 3454102222
Country
United Kingdom
Internet address
https://www.gov.uk/government/organisations/crown-commercial-service
Section seven: Modifications to the contract/concession
seven.1) Description of the procurement after the modifications
seven.1.1) Main CPV code
- 80000000 - Education and training services
seven.1.2) Additional CPV code(s)
- 72000000 - IT services: consulting, software development, Internet and support
- 72220000 - Systems and technical consultancy services
- 75121000 - Administrative educational services
- 75130000 - Supporting services for the government
- 79420000 - Management-related services
- 79998000 - Coaching services
- 80000000 - Education and training services
- 80300000 - Higher education services
- 80330000 - Safety education services
- 80400000 - Adult and other education services
- 80420000 - E-learning services
- 80430000 - Adult-education services at university level
- 80500000 - Training services
- 80510000 - Specialist training services
- 80520000 - Training facilities
- 80521000 - Training programme services
- 80522000 - Training seminars
- 80530000 - Vocational training services
- 80531200 - Technical training services
- 80532000 - Management training services
- 80550000 - Safety training services
- 80560000 - Health and first-aid training services
- 80561000 - Health training services
- 80562000 - First-aid training services
- 80570000 - Personal development training services
- 80580000 - Provision of language courses
- 80590000 - Tutorial services
- 92312212 - Services related to the preparation of training manuals
- 98910000 - Services specific to international organisations and bodies
seven.1.3) Place of performance
NUTS code
- UK - United Kingdom
seven.1.4) Description of the procurement:
We ran this competition using the ‘open procedure. The procurement was conducted under the Light Touch Regime (‘LTR’) therefore was subject to limited regulation and conducted in accordance with regulations 74 to 76 PCR 2015. Crown Commercial Service (CCS) sought to establish a Framework Contract to support delivery of learning and development.on behalf of the Minister for the Cabinet Office. The Framework Agreement is available for use by UK public sector bodies as
described in the customer list. The framework consists of the following lots: Lot 3 - Combined Lot 1 and Lot 2 Lot 6 - Combined Lot 4 and Lot 5 Suppliers will be required to provide the deliverables set out in the Specification.
seven.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months
48
seven.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot/concession:
£472,500,000
seven.1.7) Name and address of the contractor/concessionaire
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
supplier@crowncommercial.gov.uk
Telephone
+44 3454102222
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor/concessionaire is an SME
No
seven.2) Information about modifications
seven.2.1) Description of the modifications
Nature and extent of the modifications (with indication of possible earlier changes to the contract):
Notice of modifications to CCS’ Learning and Development Framework (RM6145) procured pursuant to Contract Notice 2020/S 127-312150 (“the Framework”):
(i) The estimated values of the two lots under the Framework have been increased as follows:
• Lot 3 has increased from £170,000,000.00 to £255,000,000.00 (ex VAT)
• Lot 6 has increased from £145,000,000.00 to £217,500,000.00 (ex VAT): and
(ii) The Framework term has been extended by 3 months and the Framework will now expire on 16 July 2024.
No other modifications will be made to the Framework.
CCS’ view is that the modifications above were permitted pursuant to Regulation 72(1)(b) of the Public Contracts Regulations 2015 (PCR).
Regulation 72(1)(b) provides that a modification is permitted in the following case:
for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor—
(i)cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, and
(ii)would cause significant inconvenience or substantial duplication of costs for the contracting authority,
provided that any increase in price does not exceed 50% of the value of the original contract.
In the alternative, the extension to the Framework term by 3 months is non-substantial and therefore is permitted pursuant to Regulation 72(1)(e).
As set out above, these are permitted modifications under the PCR, but, in the event that either of the modifications are deemed not to be a permitted modification under the PCR, then this notice should be treated as providing the requisite notice of a contract award.
seven.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire.
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
CCS’ view is that the modifications above were permitted pursuant to Regulation 72(1)(b) of the Public Contracts Regulations 2015 (PCR).
Regulation 72(1)(b) provides that a modification is permitted in the following case:
for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor—
(i)cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, and
(ii)would cause significant inconvenience or substantial duplication of costs for the contracting authority,
provided that any increase in price does not exceed 50% of the value of the original contract.
In the alternative, the extension to the Framework term by 3 months is non-substantial and therefore is permitted pursuant to Regulation 72(1)(e).
seven.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications, price adaptions and average inflation)
Value excluding VAT: £315,000,000
Total contract value after the modifications
Value excluding VAT: £472,500,000