Award

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

CABINET OFFICE WITH INFRASTRUCTURE AND PROJECTS AUTHORITY (IPA) ACTING ON THEIR BEHALF

This public procurement record has 3 releases in its history.

Award

12 Apr 2022 at 12:46

Award

05 Apr 2022 at 15:29

Tender

06 Jul 2021 at 21:45

Summary of the contracting process

The Cabinet Office, represented by the Infrastructure and Projects Authority (IPA), is conducting a tender for the 'Major Projects Leadership Academy (MPLA), Orchestrating Major Projects (OMP) & Optional Services'. This procurement falls within the training services industry and is situated in London, UK. The procurement process is currently in the award stage, with an active contract valued at £31 million, initially signed on 3rd March 2022. The tender has been executed under the open procedure and the Light Touch Regime (LTR), which is subject to limited regulation.

This tender presents significant opportunities for businesses focused on education and training services, particularly those offering specialist or vocational training modules. Companies that excel in curriculum design and have experience in delivering high-level training to government officials and senior leaders are particularly positioned to compete. Additionally, organisations compliant with Cyber Essentials are encouraged to participate, ensuring they meet mandatory security requirements, thereby aligning their capabilities with government standards.

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

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

Notice Description

The Cabinet Office, represented by the Infrastructure and Projects Authority IPA (the "Authority"), has established 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 is 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 conducted under the Light Touch Regime ('LTR') and is therefore subject to limited regulation. It is 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.

Lot Information

Lot 1

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 degC 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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c476
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009731-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

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

Notice Value(s)

Tender Value
£31,000,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£31,000,000 £10M-£100M

Notice Dates

Publication Date
12 Apr 20223 years ago
Submission Deadline
10 Aug 2021Expired
Future Notice Date
Not specified
Award Date
3 Mar 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
CABINET OFFICE WITH INFRASTRUCTURE AND PROJECTS AUTHORITY (IPA) ACTING ON THEIR BEHALF
Contact Name
Not specified
Contact Email
supplier@crowncommercial.gov.uk
Contact Phone
+44 3150103503

Buyer Location

Locality
LONDON
Postcode
SW1A 2HQ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
Not specified

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Supplier Information

Number of Suppliers
1
Supplier Name

SEE CONTRACTS FINDER NOTICE FOR FULL SUPPLIER LIST

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-h6vhtk-02c476-2022-04-12T13:46:49+01:00",
    "date": "2022-04-12T13:46:49+01:00",
    "ocid": "ocds-h6vhtk-02c476",
    "description": "This Contract Award Notice notice replaces the previous Contract Award Notice issued on the 05/04/2022 at: https://www.find-tender.service.gov.uk/Notice/009160-2022 The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement. As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/c51b15a9-6aa7-4e6a-b8eb-61cee3b87728 1) Redacted Commercial Agreement 2) List of Successful Suppliers 3) Approved Customer list 4) Transparency Agenda On 02/04/2014, 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 were required to 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 Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.",
    "initiationType": "tender",
    "tender": {
        "id": "RM6223",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Major Projects Leadership Academy (MPLA), Orchestrating Major Projects (OMP) & Optional Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "80500000",
            "description": "Training services"
        },
        "mainProcurementCategory": "services",
        "description": "The Cabinet Office, represented by the Infrastructure and Projects Authority IPA (the \"Authority\"), has established 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 is 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 conducted under the Light Touch Regime ('LTR') and is therefore subject to limited regulation. It is 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.",
        "value": {
            "amount": 31000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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 degC 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "80"
                        },
                        {
                            "type": "price",
                            "description": "20"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80420000",
                        "description": "E-learning services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80510000",
                        "description": "Specialist training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80511000",
                        "description": "Staff training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80520000",
                        "description": "Training facilities"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80521000",
                        "description": "Training programme services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80522000",
                        "description": "Training seminars"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80530000",
                        "description": "Vocational training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80531000",
                        "description": "Industrial and technical training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80531200",
                        "description": "Technical training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80570000",
                        "description": "Personal development training services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "80590000",
                        "description": "Tutorial services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Candidates will be assessed on the basis of information provided in response to the invitation to tender (ITT).",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-08-10T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 360
            }
        },
        "awardPeriod": {
            "startDate": "2021-08-10T15:01:00+01:00"
        },
        "bidOpening": {
            "date": "2021-08-10T15:01:00+01:00"
        },
        "hasRecurrence": false,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-21714",
            "name": "Cabinet Office with Infrastructure and Projects Authority (IPA) acting on their behalf",
            "identifier": {
                "legalName": "Cabinet Office with Infrastructure and Projects Authority (IPA) acting on their behalf"
            },
            "address": {
                "streetAddress": "1 Horse Guards Road",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1A 2HQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3150103503",
                "email": "supplier@crowncommercial.gov.uk",
                "url": "https://crowncommercialservice.bravosolution.co.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/infrastructure-and-projects-authority",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-21715",
            "name": "Infrastructure and Projects Authority (IPA) and Crown Commercial Services (CCS) acting as it's Agent",
            "identifier": {
                "legalName": "Infrastructure and Projects Authority (IPA) and Crown Commercial Services (CCS) acting as it's Agent"
            },
            "address": {
                "streetAddress": "1 Horse Guards",
                "locality": "London",
                "postalCode": "SW1A 2HQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody",
                "mediationBody",
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-49012",
            "name": "See Contracts Finder Notice for full supplier list",
            "identifier": {
                "legalName": "See Contracts Finder Notice for full supplier list"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street. L3 9PP",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-38566",
            "name": "See Contracts Finder Notice for full supplier list",
            "identifier": {
                "legalName": "See Contracts Finder Notice for full supplier list"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-21714",
        "name": "Cabinet Office with Infrastructure and Projects Authority (IPA) acting on their behalf"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:609378-2019:TEXT:EN:HTML"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "009160-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-49012",
                    "name": "See Contracts Finder Notice for full supplier list"
                }
            ]
        },
        {
            "id": "009731-2022-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-38566",
                    "name": "See Contracts Finder Notice for full supplier list"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "009160-2022-1",
            "awardID": "009160-2022-1",
            "status": "active",
            "value": {
                "amount": 31000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-03T00:00:00Z"
        },
        {
            "id": "009731-2022-1",
            "awardID": "009731-2022-1",
            "status": "active",
            "value": {
                "amount": 31000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-03T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "4",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "6",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}