Notice Information
Notice Title
RM6145
Notice Description
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 (goods and services) set out in the Specification. Additional information: 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 PS170,000,000.00 to PS255,000,000.00 (ex VAT) Lot 6 has increased from PS145,000,000.00 to PS217,500,000.00 (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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-e50d0520-5a13-403f-8898-60d7f1dc6c14
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/50fc796d-0d39-4b7c-90ff-3d3af3289a0a
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure (above threshold)
- Tender Suitability
- SME
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80000000 - Education and training services
Notice Value(s)
- Tender Value
- £472,500,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- £472,500,000 £100M-£1B
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Apr 20241 years ago
- Submission Deadline
- 6 Apr 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Apr 20205 years ago
- Contract Period
- 15 Apr 2020 - 15 Apr 2023 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CROWN COMMERCIAL SERVICE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LIVERPOOL
- Postcode
- L3 9PP
- Post Town
- Liverpool
- Country
- England
-
- Major Region (ITL 1)
- TLD North West (England)
- Basic Region (ITL 2)
- TLD7 Merseyside
- Small Region (ITL 3)
- TLD72 Liverpool
- Delivery Location
- Not specified
-
- Local Authority
- Liverpool
- Electoral Ward
- City Centre North
- Westminster Constituency
- Liverpool Riverside
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/50fc796d-0d39-4b7c-90ff-3d3af3289a0a
24th April 2024 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-e50d0520-5a13-403f-8898-60d7f1dc6c14-2024-04-24T15:55:36+01:00",
"date": "2024-04-24T15:55:36+01:00",
"ocid": "ocds-b5fd17-e50d0520-5a13-403f-8898-60d7f1dc6c14",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "Learning and Development.",
"title": "RM6145",
"description": "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 (goods and services) set out in the Specification. Additional information: 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 PS170,000,000.00 to PS255,000,000.00 (ex VAT) Lot 6 has increased from PS145,000,000.00 to PS217,500,000.00 (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.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "United Kingdom"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Guernsey"
},
{
"countryName": "Jersey"
},
{
"countryName": "United Kingdom"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Guernsey"
},
{
"countryName": "Jersey"
}
]
}
],
"value": {
"amount": 472500000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure (above threshold)",
"tenderPeriod": {
"endDate": "2020-04-06T15:00:00+01:00"
},
"contractPeriod": {
"startDate": "2020-04-17T00:00:00+01:00",
"endDate": "2023-04-15T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": false
},
"mainProcurementCategory": "services"
},
"parties": [
{
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service",
"identifier": {
"legalName": "Crown Commercial Service",
"scheme": "GB-SRS",
"id": "supplierregistration.cabinetoffice.gov.uk/6sQD8uds"
},
"address": {
"streetAddress": "39 Old Hall Street",
"locality": "Liverpool",
"postalCode": "L39PP",
"countryName": "England"
},
"contactPoint": {
"name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
"email": "supplier@crowncommercial.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-143659",
"name": "Ernst & Young LLP",
"identifier": {
"legalName": "Ernst & Young LLP"
},
"address": {
"streetAddress": "1 More London Place London, SE1 2AF"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
},
{
"id": "GB-CFS-52404",
"name": "KPMG LLP",
"identifier": {
"legalName": "KPMG LLP"
},
"address": {
"streetAddress": "15 Canada Square, London. E14 5GL"
},
"details": {
"scale": "large",
"vcse": false
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-SRS-supplierregistration.cabinetoffice.gov.uk/6sQD8uds",
"name": "Crown Commercial Service"
},
"awards": [
{
"id": "ocds-b5fd17-e50d0520-5a13-403f-8898-60d7f1dc6c14-1",
"status": "active",
"date": "2020-04-06T00:00:00+01:00",
"datePublished": "2020-07-01T12:03:59+01:00",
"value": {
"amount": 217500000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-143659",
"name": "Ernst & Young LLP"
}
],
"contractPeriod": {
"startDate": "2020-04-16T00:00:00+01:00",
"endDate": "2023-04-15T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/50fc796d-0d39-4b7c-90ff-3d3af3289a0a",
"datePublished": "2020-07-01T12:03:59+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2024-04-24T15:55:36+01:00"
},
{
"id": "2",
"documentType": "procurementPlan",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/66a60428-0105-434f-8cf0-fd8b655aa3d2",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "3",
"documentType": "shortlistedFirms",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3fe850ba-ee0a-47d8-afee-094d51f3aefc",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "4",
"documentType": "bidders",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/acfe3138-c213-4c3f-9b62-c69d5267bbac",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "5",
"documentType": "contractSchedule",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8c4dfd5c-e1b6-491e-b886-47581aa7b755",
"format": "application/zip"
}
]
},
{
"id": "ocds-b5fd17-e50d0520-5a13-403f-8898-60d7f1dc6c14-2",
"status": "active",
"date": "2020-04-06T00:00:00+01:00",
"datePublished": "2020-07-01T12:03:59+01:00",
"value": {
"amount": 255000000,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-52404",
"name": "KPMG LLP"
}
],
"contractPeriod": {
"startDate": "2020-04-16T00:00:00+01:00",
"endDate": "2023-04-15T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/50fc796d-0d39-4b7c-90ff-3d3af3289a0a",
"datePublished": "2020-07-01T12:03:59+01:00",
"format": "text/html",
"language": "en",
"dateModified": "2024-04-24T15:55:36+01:00"
},
{
"id": "2",
"documentType": "procurementPlan",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/66a60428-0105-434f-8cf0-fd8b655aa3d2",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "3",
"documentType": "shortlistedFirms",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/3fe850ba-ee0a-47d8-afee-094d51f3aefc",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "4",
"documentType": "bidders",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/acfe3138-c213-4c3f-9b62-c69d5267bbac",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "5",
"documentType": "contractSchedule",
"url": "https://www.contractsfinder.service.gov.uk/Notice/Attachment/8c4dfd5c-e1b6-491e-b886-47581aa7b755",
"format": "application/zip"
}
]
}
]
}