Scope
Reference
383_25
Description
The 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.
Please refer to the procurement/tender documents for further details (please see below on how to access these).
To tender (please proceed to step (e) if an Expression of interest has already been completed):
(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '383_25' (via "View Opportunities" from the EastMidsTenders Portal); (d) Express an interest (if not already completed via the previously Published Preliminary market engagement notice); (e) Download the procurement/tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).
In the case of any questions or clarifications relating to this tender opportunity, these should be submitted to ESPO as a Message on the eProcurement Portal (again once an Expression of interest has been completed).
For further details on the Procurement Act, including registration on the Central Digital Platform, this can be found as follows:
https://www.gov.uk/government/collections/information-and-guidance-for-suppliers
Or otherwise, please refer to the ESPO Website as follows:
Commercial tool
Establishes a framework
Total value (estimated)
- £100,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 12 December 2025 to 11 December 2027
- Possible extension to 11 December 2029
- 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.
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.
Main procurement category
Services
Contract locations
- UK - United Kingdom
- GG - Guernsey
- IM - Isle of Man
- JE - Jersey
Not the same for all lots
CPV classifications are shown in Lot sections, because they are not the same for all lots.
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 value (estimated)
- £90,000,000 including VAT
Framework lot values may be shared with other lots
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
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
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.
Lot value (estimated)
- £10,000,000 including VAT
Framework lot values may be shared with other lots
CPV classifications
- 48931000 - Training software package
- 79420000 - Management-related services
- 80000000 - Education and training services
Same for all lots
Contract locations, contract dates and options are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
1%
Further information about fees
A 1% Framework Fee applies with further details captured in the procurement/tender documents (please see the Invitation to Tender document, Introduction Section).
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 source(s) of information for Customers' supplier selection decisions.
* Call-off with competition (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 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.
Participation
Legal and financial capacity conditions of participation
Lot 1. Managed Service Provider (MSP)
Lot 2. Learning Management System (LMS)
Refer to the procurement/tender documents for conditions of participation.
Technical ability conditions of participation
Lot 1. Managed Service Provider (MSP)
Lot 2. Learning Management System (LMS)
Refer to the procurement/tender documents for conditions of participation.
Particular suitability
Lot 1. Managed Service Provider (MSP)
Lot 2. Learning Management System (LMS)
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
8 September 2025, 5:00pm
Tender submission deadline
22 September 2025, 12:00pm
Submission address and any special instructions
Please refer to all instructions captured via https://www.eastmidstenders.org/.
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
28 November 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Non-Price | Quality | 60% |
Price | Price | 40% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Documents
Associated tender documents
https://www.eastmidstenders.org/
To tender (please proceed to step (e) if an Expression of interest has already been completed):
(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '383_25' (via "View Opportunities" from the EastMidsTenders Portal); (d) Express an interest (if not already completed via the previously Published Preliminary market engagement notice); (e) Download the procurement/tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).
Technical specifications to be met
https://www.eastmidstenders.org/
Please refer to the procurement/tender documents (see above for further details including summary instructions on how to access these).
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