Award

ELCAS CONTRACT

  • Ministry of Defence

F15: Voluntary ex ante transparency notice

Notice identifier: 2025/S 000-020035

Procurement identifier (OCID): ocds-h6vhtk-050fa4 (view related notices)

Published 9 May 2025, 12:24pm



Section one: Contracting authority/entity

one.1) Name and addresses

Ministry of Defence

65 BROWN STREET

GLASGOW

G13 2EX

Email

Ewen.Burton339@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-defence

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Defence


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

ELCAS CONTRACT

two.1.2) Main CPV code

  • 80511000 - Staff training services

two.1.3) Type of contract

Services

two.1.4) Short description

ELCAS CONTRACT FOR THE PROVISION OF EARLY LEARNING CREDITS FOR MILITARY PERSONNEL

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: £2,042,461

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Early Learning Credits

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

The Contracting Authority intends to extend the current Contract for the Provision of an Administrative Service for Enhanced Learning Credits (“ELC”) for Military Personnel (Contract Number 701027428) for a further two years. The Contract was let in May 2021, to M-Assessment Services, who later became QIA, after a Restricted procedure competition in which they were the sole bidder. The Contract was for three years with two option years, which have been taken up and is due to expire on 31st July 2026. The further two year extension with the current supplier will continue the Contract until 31st July 2028.

The legal framework for the extension is PCR 72 (1) (b) on the basis that a change of contractor cannot be made for economic or technical reasons and would cause significant inconvenience or substantial duplication of costs for the contracting authority, as follows:

a. The ELC scheme is undergoing a complete review which is expected to take another 18-24 months. The review will not be completed in time to tender against a revised specification for a new contract from July 2026. Additionally, the Authority is mandated under the government Secure by Design initiative to procure all in scope systems to be designed and built within MoD Cloud. Therefore, if a new supplier were to win the tender for this contract (starting Jan 26 to include 6 month transition/phase in):

1. the Authority would firstly have to pay a new supplier to build their system within MoD Cloud against the current specification for a contract to run from July ’26- Jul ’28 only, and then pay a supplier to build another system against the revised future specification (which is a material change of scope) for another new contract commencing in Jul ’28. This is a clear duplication of costs.

2. Additionally, the architecture of a privately hosted solution (on supplier hosted sites) does not directly translate into the architecture required within MoD Cloud (creating substantial technical interoperability issues).

b. If the Authority extends the current contract under 72(1)(b)(ii):

1. the Authority will be in a position to complete its review of the ELC Scheme and re-procure against the new specification for a longer contract with an intended start date of July 2028;

2. with competitive pressure on suppliers to absorb some or all of the new system build costs (i.e. share the risk);

3. time for meaningful engagement with the market;

4. and a longer RoI period for suppliers due to longer contract length.

In summary, the economic and technical burden on both prospective bidders and the Authority for a new contract from July 2026 is not viable; the proposed extension overcomes this and provides time for a more lucrative tender for contract under the revised specification in 2 years’ time.”

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract/concession

A contract/lot is awarded: Yes

five.2) Award of contract/concession

five.2.1) Date of conclusion of the contract

9 May 2025

five.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor/concessionaire

QIA SERVICES LIMITED

TEWKESBURY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor/concessionaire is an SME

No

five.2.4) Information on value of contract/lot/concession (excluding VAT)

Total value of the contract/lot/concession: £2,042,461

five.2.5) Information about subcontracting

The contract/lot/concession is likely to be subcontracted


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

MINISTRY OF DEFENCE

GLASGOW

Country

United Kingdom