Opportunity

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

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

F02: Contract notice

Notice reference: 2021/S 000-015620

Published 6 July 2021, 10:45pm



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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://crowncommercialservice.bravosolution.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://crowncommercialservice.bravosolution.co.uk

Tenders or requests to participate must be submitted to the above-mentioned address

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”), is seeking to establish 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 will be 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 being conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It will be 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.1.5) Estimated total value

Value excluding VAT: £31,000,000

two.1.6) Information about lots

This contract is divided into lots: No

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.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Candidates will be assessed on the basis of information provided in response to the invitation to tender (ITT).

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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: 2019/S 247-609378

four.2.2) Time limit for receipt of tenders or requests to participate

Date

10 August 2021

Local time

3:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 12 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

10 August 2021

Local time

3:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

IV.1.1) This competition is being conducted under the light touch regime, the procedure is akin to an open procedure but is further described in the ITT so references to the open procedure in this notice should be construed accordingly.

II.2.7) The initial term of the Contract will be 48 months with the option to extend by up to a maximum of 36 months upon the Authority giving 60 Working Days’ notice. Refer to the Model Services Agreement RM6223, paragraph 4.1

II.1.5) The value provided in section II.1.5 is the estimated maximum value of the Contract including extension options and Optional Services.

On 2.4.2014 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 should 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

The Supplier is required to submit prior to the Contract Award date all the due ‘certificates, statements and other means of proof’ requested in the ITT.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Transparency Information - Bidders should note that, in accordance with the UK Government's policies on transparency, the Agent intends to publish the Invitation to Tender (ITT) documents and the text of any Contract awarded, subject to possible redactions at the discretion of the Authority.

For further information on procurement and contracting transparency requirements please visit: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance

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