Award

RM6145

CROWN COMMERCIAL SERVICE

This public procurement record has 2 releases in its history.

AwardUpdate

24 Apr 2024 at 14:55

Award

01 Jul 2020 at 11:03

Summary of the contracting process

The Crown Commercial Service, acting on behalf of the Minister for the Cabinet Office, has completed a procurement process under the Light Touch Regime for the Learning and Development Framework Contract (RM6145). The framework offers opportunities worth a total of £472,500,000 and includes two lots: Lot 3 valued at £255,000,000 and Lot 6 valued at £217,500,000. The procurement method used was the open procedure, and the contract period has been extended to expire on July 16, 2024.

This tender for the Learning and Development Framework Contract (RM6145) presents lucrative opportunities for businesses in the education and training services sector. Small and medium-sized enterprises (SMEs) can compete for the various lots under the framework, offering goods and services to support learning and development initiatives across the UK public sector. Large consultancy firms like Ernst & Young LLP and KPMG LLP have already secured contracts through this tender, highlighting the potential for growth and collaboration within the industry.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

Supplier Information

Number of Suppliers
2
Supplier Names

ERNST & YOUNG

KPMG

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
                }
            ]
        }
    ]
}