Award

CSR/128 - The Civil Service Central Government Apprenticeship Training and Related Services Contract

CABINET OFFICE

This public procurement record has 4 releases in its history.

Award

21 Jun 2022 at 17:54

Award

15 Dec 2021 at 12:15

Tender

14 Dec 2021 at 18:15

Tender

31 Aug 2021 at 15:28

Summary of the contracting process

The Cabinet Office is conducting the CSR/128 - The Civil Service Central Government Apprenticeship Training and Related Services Contract, targeting the education and training services sector across the UK. The procurement process is currently at the Contract Award stage, with a total estimated value of £63,423,800, covering various apprenticeship training services. The programme is divided into multiple National Lots and Regional Sub-Lots, with contracts being awarded from 6th June 2022 and an initial term of 24 months, extendable up to two additional years. Key parties involved include the Cabinet Office as the buyer, with service delivery expected nationwide.

This tender presents significant opportunities for businesses specialising in apprenticeship training services, particularly those certified as training providers. Companies with expertise in operational delivery, business administration, HR, finance, commercial, policy, project management, and digital services are particularly well-suited to apply. The diverse regional sub-lots allow both national and regional service providers to compete, enabling firms of various sizes, including SMEs, to engage in this extensive public procurement initiative.

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

CSR/128 - The Civil Service Central Government Apprenticeship Training and Related Services Contract

Notice Description

The Civil Service Apprenticeship Unit (CSAU) sits within the Cabinet Office (Authority) and is a centrally delivered support function for departments and suppliers for all aspects of apprenticeship training. The CSAU, on behalf of the Authority, sought to award contracts to certified apprenticeship training provider(s) who could deliver national or regional coverage of the services across the UK to Civil Service Departments. The CSAU, on behalf of the Authority, intended to award one contract to the highest-ranked tenderer for each National Lot and each Regional Sub-Lot (as described below). National Lots and Regional Sub-Lots The Services have been divided firstly into eight (8) main national lots based on profession areas (the "National Lots") as listed below: National Lots (x8 award opportunities) Lot 1 Operational Delivery Lot 2 Business Administration Lot 3 HR Lot 4 Finance Lot 5 Commercial Lot 6 Policy Lot 7 Project Management Lot 8 Digital Each profession area is also divided into eight (8) 'sub-lots' by region as set out below (the "Regional Sub-Lots"). This provides a further sixty-four (64) Regional Sub-Lots. Regional Sub-Lots (x64 award opportunities) For each of the above profession areas: North East - Northumberland, Tyne and Wear, Durham North West - Cumbria, Lancashire, Greater Manchester, Merseyside, Cheshire Yorkshire and the Humber - North Yorkshire, West Yorkshire, East Riding, South Yorkshire East Midlands - Derbyshire, Nottinghamshire, Lincolnshire, Leicestershire, Northamptonshire West Midlands - Shropshire, Staffordshire, West Midlands, Warwickshire, Worcestershire, Herefordshire East of England - Rutland, Cambridgeshire, Norfolk, Suffolk, Bedfordshire, Hertfordshire, Essex South East - Oxfordshire, Buckinghamshire, Middlesex, London, Berkshire, Surrey, Kent, Hampshire, West Sussex, East Sussex, Isle of Wight South West - Gloucestershire, Wiltshire, Somerset, Dorset, Devon, Cornwall, Isles of Scilly The Authority ran the procurement and entered into awarding contracts on behalf of itself and other Civil Service Departments. The Civil Service Departments have third party rights under the contracts and can award services to the appointed suppliers. In addition, there may be some requirements for delivery of the Apprenticeship training services to apprentices based outside of England or outside the relevant Region. This procurement was conducted under the Light Touch Regime in accordance with regulations 74 to 76 of PCR 2015, and related to the administrative social, educational, healthcare and cultural services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) 2015. The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months).

Lot Information

Lot 1 Operational Delivery Apprenticeship training services

Lifetime Training Group LTD Certified Apprenticeship training provider will be delivering the following four Apprenticeship standards under Lot 1 Operational Delivery to Civil Service Departments on a national basis. Level 2 Customer service practitioner - ST0072 Level 3 Customer service specialist - ST0071 Level 3 Business administrator - ST0070 Level 3 Public service operational delivery officer - ST0314 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months) Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.

Options: minimum is a 6-laser (a 7-laser offer within the budget is acceptable)

Lot 1 Operational Delivery Apprenticeship training services

Realise Learning and Employment LTD Certified Apprenticeship training provider will be delivering the following four Apprenticeship standards under Lot 1 Operational Delivery to Civil Service Departments on a Regional basis in Delivering in the North West, Yorkshire and the Humber and South East regions only Level 2 Customer service practitioner - ST0072 Level 3 Customer service specialist - ST0071 Level 3 Business administrator - ST0070 Level 3 Public service operational delivery officer - ST0314 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.

Lot 1 Operational Delivery Apprenticeship training services

Seetec Business Technology Centre LTD Certified Apprenticeship training provider will be delivering the following four Apprenticeship standards under Lot 1 Operational Delivery to Civil Service Departments on a regional basis in South West only. Level 2 Customer service practitioner - ST0072 Level 3 Customer service specialist - ST0071 Level 3 Business administrator - ST0070 Level 3 Public service operational delivery officer - ST0314 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.

Lot 2 Business Administration Apprenticeship training services

Babington Business College LTD Certified Apprenticeship training provider will be delivering the following four Apprenticeship standards under Lot 2 Business Administration to Civil Service Departments on a national basis. Level 3 Team leader and supervisor - ST0384 Level 5 Operations and departmental manager - ST0385 Level 6 Chartered manager (degree) - ST0272 Level 7 Senior leader (degree) - ST0480 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.

Lot 3 HR Apprenticeship training services

BC Arch Limited Certified Apprenticeship training provider will be delivering the following three Apprenticeship standards under Lot 3 Human Resources to Civil Service Departments on a national basis. Level 3 HR support - ST0239 Level 5 HR consultant and partner - ST0238 Level 5 Learning and development consultant and business partner - ST0563 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.

Lot 4 Finance Apprenticeship training services

Babington Business College LTD Certified Apprenticeship training provider will be delivering the following three Apprenticeship standards under Lot 4 Finance to Civil Service Departments on a national basis. Level 3 Assistant accountant AAT, CIPFA - ST0002 Level 4 Professional accounting or taxation technician AAT, ACCA, CIMA, ICAEW, CIPFA - ST0003 Level 7 Accountancy or taxation professional ACCA, CIMA, ICAEW, CIPFA - ST0001 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.

Lot 5 Commercial Apprenticeship training services

Capita PLC Certified Apprenticeship training provider will be delivering the following one Apprenticeship standard under Lot 5 Commercial to Civil Service Departments on a national basis. Level 4 Commercial procurement and supply - ST0313 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.

Lot 6 Policy Apprenticeship training services

JGA LIMITED Certified Apprenticeship training provider will be delivering the following one Apprenticeship standard under Lot 6 Policy to Civil Service Departments on a national basis. Level 4 Policy Officer - ST0526 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.

Lot 7 Project Management Apprenticeship training services

QA Limited Certified Apprenticeship training provider will be delivering the following two Apprenticeship standards under Lot 7 Project Management to Civil Service Departments on a national basis. Level 4 Associate Project Manager - ST0310 Level 6 Project Manager (degree) - ST0411 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.

Lot 8 Digital Apprenticeship training services

QA Limited Certified Apprenticeship training provider will be delivering the following twenty two Apprenticeship standards under Lot 8 Digital to Civil Service Departments on a national basis. Level 3 Information Communications Technician - ST0973 Level 3 Software development technician - ST0128 Level 4 DevOps engineer - ST0825 Level 4 Software developer - ST0116 Level 4 IS business analyst - ST0117 Level 4 Data analyst - ST0118 Level 4 Cyber security technologist 2021 - ST0021 Level 4 Network engineer - ST0127 Level 4 Software Tester - ST0129 Level 6 Digital and technology solutions professional (integrated degree), IT Consultant, Network Engineer, Software Engineer, Data Analyst - ST0119 (5 standards) Level 6 Cyber security technical professional (integrated degree) - ST0409 Level 7 Digital and technology solutions specialist (integrated degree), Cyber Security, Data & Analytics, Enterprise Architect, IT operations management specialist - Cloud, IT/Digital Futures - DevOps, Software Engineer - ST0482 (7 standards) The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02db64
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016985-2022
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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80000000 - Education and training services

Notice Value(s)

Tender Value
£490,000 £100K-£500K
Lots Value
£400,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£43,831,852 £10M-£100M

Notice Dates

Publication Date
21 Jun 20223 years ago
Submission Deadline
6 Jan 2022Expired
Future Notice Date
Not specified
Award Date
29 May 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
CABINET OFFICE
Additional Buyers

UK RESEARCH & INNOVATION - MEDICAL RESEARCH COUNCIL

Contact Name
Ima Orosei, Thomas Ogu, Zabeen Nadarajah
Contact Email
cshr.apprenticeships@cabinetoffice.gov.uk, ima.orosei@cabinetoffice.gov.uk, thomas.ogu@ukri.org
Contact Phone
+44 7874637272

Buyer Location

Locality
CANARY WHARF
Postcode
E14 4PU
Post Town
East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI42 Tower Hamlets
Delivery Location
TLD North West (England), TLE Yorkshire and The Humber, TLH12 Cambridgeshire CC, TLJ South East (England), TLK South West (England)

Local Authority
Tower Hamlets
Electoral Ward
Canary Wharf
Westminster Constituency
Poplar and Limehouse

Supplier Information

Number of Suppliers
8
Supplier Names

BABINGTON BUSINESS COLLEGE

BC ARCH

CAPITA

JGA

LIFETIME TRAINING GROUP

QA

REALISE LEARNING AND EMPLOYMENT

SEETEC BUSINESS TECHNOLOGY CENTRE

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-02db64-2022-06-21T18:54:51+01:00",
    "date": "2022-06-21T18:54:51+01:00",
    "ocid": "ocds-h6vhtk-02db64",
    "description": "To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=651075490 GO Reference: GO-20211215-PRO-19396864",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-02db64",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "CSR/128 - The Civil Service Central Government Apprenticeship Training and Related Services Contract",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "80000000",
            "description": "Education and training services"
        },
        "mainProcurementCategory": "services",
        "description": "The Civil Service Apprenticeship Unit (CSAU) sits within the Cabinet Office (Authority) and is a centrally delivered support function for departments and suppliers for all aspects of apprenticeship training. The CSAU, on behalf of the Authority, sought to award contracts to certified apprenticeship training provider(s) who could deliver national or regional coverage of the services across the UK to Civil Service Departments. The CSAU, on behalf of the Authority, intended to award one contract to the highest-ranked tenderer for each National Lot and each Regional Sub-Lot (as described below). National Lots and Regional Sub-Lots The Services have been divided firstly into eight (8) main national lots based on profession areas (the \"National Lots\") as listed below: National Lots (x8 award opportunities) Lot 1 Operational Delivery Lot 2 Business Administration Lot 3 HR Lot 4 Finance Lot 5 Commercial Lot 6 Policy Lot 7 Project Management Lot 8 Digital Each profession area is also divided into eight (8) 'sub-lots' by region as set out below (the \"Regional Sub-Lots\"). This provides a further sixty-four (64) Regional Sub-Lots. Regional Sub-Lots (x64 award opportunities) For each of the above profession areas: North East - Northumberland, Tyne and Wear, Durham North West - Cumbria, Lancashire, Greater Manchester, Merseyside, Cheshire Yorkshire and the Humber - North Yorkshire, West Yorkshire, East Riding, South Yorkshire East Midlands - Derbyshire, Nottinghamshire, Lincolnshire, Leicestershire, Northamptonshire West Midlands - Shropshire, Staffordshire, West Midlands, Warwickshire, Worcestershire, Herefordshire East of England - Rutland, Cambridgeshire, Norfolk, Suffolk, Bedfordshire, Hertfordshire, Essex South East - Oxfordshire, Buckinghamshire, Middlesex, London, Berkshire, Surrey, Kent, Hampshire, West Sussex, East Sussex, Isle of Wight South West - Gloucestershire, Wiltshire, Somerset, Dorset, Devon, Cornwall, Isles of Scilly The Authority ran the procurement and entered into awarding contracts on behalf of itself and other Civil Service Departments. The Civil Service Departments have third party rights under the contracts and can award services to the appointed suppliers. In addition, there may be some requirements for delivery of the Apprenticeship training services to apprentices based outside of England or outside the relevant Region. This procurement was conducted under the Light Touch Regime in accordance with regulations 74 to 76 of PCR 2015, and related to the administrative social, educational, healthcare and cultural services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) 2015. The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months).",
        "value": {
            "amount": 490000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 4
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 Operational Delivery Apprenticeship training services",
                "description": "Lifetime Training Group LTD Certified Apprenticeship training provider will be delivering the following four Apprenticeship standards under Lot 1 Operational Delivery to Civil Service Departments on a national basis. Level 2 Customer service practitioner - ST0072 Level 3 Customer service specialist - ST0071 Level 3 Business administrator - ST0070 Level 3 Public service operational delivery officer - ST0314 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months) Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical and Quality Criteria",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Pricing Elements",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 90
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "allowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "minimum is a 6-laser (a 7-laser offer within the budget is acceptable)"
                }
            },
            {
                "id": "2",
                "title": "Lot 1 Operational Delivery Apprenticeship training services",
                "description": "Realise Learning and Employment LTD Certified Apprenticeship training provider will be delivering the following four Apprenticeship standards under Lot 1 Operational Delivery to Civil Service Departments on a Regional basis in Delivering in the North West, Yorkshire and the Humber and South East regions only Level 2 Customer service practitioner - ST0072 Level 3 Customer service specialist - ST0071 Level 3 Business administrator - ST0070 Level 3 Public service operational delivery officer - ST0314 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.",
                "status": "active"
            },
            {
                "id": "3",
                "title": "Lot 1 Operational Delivery Apprenticeship training services",
                "description": "Seetec Business Technology Centre LTD Certified Apprenticeship training provider will be delivering the following four Apprenticeship standards under Lot 1 Operational Delivery to Civil Service Departments on a regional basis in South West only. Level 2 Customer service practitioner - ST0072 Level 3 Customer service specialist - ST0071 Level 3 Business administrator - ST0070 Level 3 Public service operational delivery officer - ST0314 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.",
                "status": "active"
            },
            {
                "id": "4",
                "title": "Lot 2 Business Administration Apprenticeship training services",
                "description": "Babington Business College LTD Certified Apprenticeship training provider will be delivering the following four Apprenticeship standards under Lot 2 Business Administration to Civil Service Departments on a national basis. Level 3 Team leader and supervisor - ST0384 Level 5 Operations and departmental manager - ST0385 Level 6 Chartered manager (degree) - ST0272 Level 7 Senior leader (degree) - ST0480 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.",
                "status": "active"
            },
            {
                "id": "5",
                "title": "Lot 3 HR Apprenticeship training services",
                "description": "BC Arch Limited Certified Apprenticeship training provider will be delivering the following three Apprenticeship standards under Lot 3 Human Resources to Civil Service Departments on a national basis. Level 3 HR support - ST0239 Level 5 HR consultant and partner - ST0238 Level 5 Learning and development consultant and business partner - ST0563 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.",
                "status": "active"
            },
            {
                "id": "6",
                "title": "Lot 4 Finance Apprenticeship training services",
                "description": "Babington Business College LTD Certified Apprenticeship training provider will be delivering the following three Apprenticeship standards under Lot 4 Finance to Civil Service Departments on a national basis. Level 3 Assistant accountant AAT, CIPFA - ST0002 Level 4 Professional accounting or taxation technician AAT, ACCA, CIMA, ICAEW, CIPFA - ST0003 Level 7 Accountancy or taxation professional ACCA, CIMA, ICAEW, CIPFA - ST0001 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.",
                "status": "active"
            },
            {
                "id": "7",
                "title": "Lot 5 Commercial Apprenticeship training services",
                "description": "Capita PLC Certified Apprenticeship training provider will be delivering the following one Apprenticeship standard under Lot 5 Commercial to Civil Service Departments on a national basis. Level 4 Commercial procurement and supply - ST0313 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.",
                "status": "active"
            },
            {
                "id": "8",
                "title": "Lot 6 Policy Apprenticeship training services",
                "description": "JGA LIMITED Certified Apprenticeship training provider will be delivering the following one Apprenticeship standard under Lot 6 Policy to Civil Service Departments on a national basis. Level 4 Policy Officer - ST0526 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot.",
                "status": "active"
            },
            {
                "id": "9",
                "title": "Lot 7 Project Management Apprenticeship training services",
                "description": "QA Limited Certified Apprenticeship training provider will be delivering the following two Apprenticeship standards under Lot 7 Project Management to Civil Service Departments on a national basis. Level 4 Associate Project Manager - ST0310 Level 6 Project Manager (degree) - ST0411 The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot."
            },
            {
                "id": "10",
                "title": "Lot 8 Digital Apprenticeship training services",
                "description": "QA Limited Certified Apprenticeship training provider will be delivering the following twenty two Apprenticeship standards under Lot 8 Digital to Civil Service Departments on a national basis. Level 3 Information Communications Technician - ST0973 Level 3 Software development technician - ST0128 Level 4 DevOps engineer - ST0825 Level 4 Software developer - ST0116 Level 4 IS business analyst - ST0117 Level 4 Data analyst - ST0118 Level 4 Cyber security technologist 2021 - ST0021 Level 4 Network engineer - ST0127 Level 4 Software Tester - ST0129 Level 6 Digital and technology solutions professional (integrated degree), IT Consultant, Network Engineer, Software Engineer, Data Analyst - ST0119 (5 standards) Level 6 Cyber security technical professional (integrated degree) - ST0409 Level 7 Digital and technology solutions specialist (integrated degree), Cyber Security, Data & Analytics, Enterprise Architect, IT operations management specialist - Cloud, IT/Digital Futures - DevOps, Software Engineer - ST0482 (7 standards) The contract period is from Monday 6th June 2022 for an initial period of 24 months until Sunday 5th June 2024, with a unilateral option for the Authority to extend the term of the contract for a period of up to two years (on the basis of two periods of 12 months). Additional information: The Award Criteria The Authority evaluated submitted tenders using the Most Economically Advantageous Tender (MEAT) methodology with organisations having to pass the following stages: * Selection Criteria - Pass/Fail; and in each of the 2 case studies, tenderers needed to provide a response to each sub-section and needed to receive an average score of 75 or more for both to pass this section * Award Criteria - Tenderers needed to provide a response to each sub-section and needed to receive a quality score of 75 or more to pass this section Then for each tenderer that passed the Selection and Award criteria stage, their overall price was divided by the Award Stage Quality score to calculate the price per quality point and only tenderers who scored the lowest price per quality point overall for a National Lot or Regional Sub-Lot were awarded the contract for the respective National Lot or Regional Sub-Lot."
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKH12"
                    },
                    {
                        "region": "UKH12"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1",
                "deliveryLocation": {
                    "description": "Service provider to provide national provision"
                }
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKD"
                    },
                    {
                        "region": "UKE"
                    },
                    {
                        "region": "UKJ"
                    }
                ],
                "relatedLot": "2",
                "deliveryLocation": {
                    "description": "Service provider to provide Regional provision"
                }
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UKK"
                    }
                ],
                "relatedLot": "3",
                "deliveryLocation": {
                    "description": "Service provider to provide Regional provision"
                }
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "4",
                "deliveryLocation": {
                    "description": "Service provider to provide national provision"
                }
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "5",
                "deliveryLocation": {
                    "description": "Service provider to provide national provision"
                }
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "6",
                "deliveryLocation": {
                    "description": "Service provider to provide national provision"
                }
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "7",
                "deliveryLocation": {
                    "description": "Service provider to provide national provision"
                }
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "8",
                "deliveryLocation": {
                    "description": "Service provider to provide national provision"
                }
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Service provider to provide national provision"
                },
                "relatedLot": "9"
            },
            {
                "id": "10",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80000000",
                        "description": "Education and training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    }
                ],
                "deliveryLocation": {
                    "description": "Service provider to provide national provision"
                },
                "relatedLot": "10"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.delta-esourcing.com",
        "otherRequirements": {
            "reductionCriteria": "This procurement is restricted to those services providers which are listed as a Main Provider on the Education and Skills Funding Agency's Register of Apprenticeship Training Providers (RoATP). The value provided in Section II.1.5 is only an estimate and we cannot guarantee to suppliers any business through this agreement. Registering for access: This procurement will be managed electronically via the Crown Commercial Services eSourcing tool system at https://crowncommercialservice.bravosolution.co.uk. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing tool system for another Crown Commercial Services procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the platform via the \"Create account\" link at https://crowncommercialservice.bravosolution.co.uk. After you have accessed the eSourcing platform you will be able to locate this procurement on the \"ITTs Open to All Suppliers\" page. Select the procurement name and then select \"Express an Interest\" to be able to access the documentation for this procurement and subsequently submit your response. Use the following link for information on how register and use the eSourcing platform: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the CCS eSourcing Help Desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222"
        },
        "contractTerms": {
            "performanceTerms": "Please refer to ITT documentation for further details.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-01-06T16:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "reviewDetails": "The Minister for the Cabinet Office acting through the Cabinet Office Cabinet Office 10 South Colonnade Canary Wharf LONDON E14 4PU Internet address https://www.gov.uk/government/organisations/cabinet-office",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "PIN published Ref. 2021/S 000-021437 on FTS"
        },
        "awardPeriod": {
            "startDate": "2022-01-06T16:00:00Z"
        },
        "bidOpening": {
            "date": "2022-01-06T16:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-26990",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "10 South Colonnade",
                "locality": "Canary Wharf",
                "region": "UK",
                "postalCode": "E14 4PU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Zabeen Nadarajah",
                "email": "cshr.apprenticeships@cabinetoffice.gov.uk",
                "url": "https://crowncommercialservice.bravosolution.co.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/cabinet-office",
                "buyerProfile": "https://www.gov.uk/government/organisations/cabinet-office",
                "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-17810",
            "name": "UK Research & Innovation - Medical Research Council",
            "identifier": {
                "legalName": "UK Research & Innovation - Medical Research Council"
            },
            "address": {
                "streetAddress": "Polaris House",
                "locality": "Swindon",
                "region": "UKH12",
                "postalCode": "SN2 1FL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Thomas Ogu",
                "telephone": "+44 7874637272",
                "email": "thomas.ogu@ukri.org",
                "url": "https://www.delta-esourcing.com/tenders/UK-UK-Swindon:-Spectrum-analyser./H5D78S5MNK"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.ukri.org",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "NATIONAL_AGENCY",
                        "description": "National or federal agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Medical Research"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-13024",
            "name": "UK Research & Innovation",
            "identifier": {
                "legalName": "UK Research & Innovation"
            },
            "address": {
                "streetAddress": "Polaris House",
                "locality": "Swindon",
                "postalCode": "SN2 1FL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1235446553",
                "email": "thomas.ogu@ukri.org"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.ukri.org"
            }
        },
        {
            "id": "GB-FTS-7001",
            "name": "Cabinet Office",
            "identifier": {
                "legalName": "Cabinet Office"
            },
            "address": {
                "streetAddress": "10 South Colonnade",
                "locality": "LONDON",
                "region": "UK",
                "postalCode": "E14 4PU",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Ima Orosei",
                "email": "ima.orosei@cabinetoffice.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.gov.uk/government/organisations/cabinet-office",
                "buyerProfile": "https://www.gov.uk/government/organisations/cabinet-office",
                "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-56292",
            "name": "Lifetime Training Group LTD",
            "identifier": {
                "legalName": "Lifetime Training Group LTD"
            },
            "address": {
                "streetAddress": "Clifton Heights, Triangle West,",
                "locality": "Bristol,",
                "region": "UK",
                "postalCode": "BS8 1EJ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-FTS-56293",
            "name": "Realise Learning and Employment LTD",
            "identifier": {
                "legalName": "Realise Learning and Employment LTD"
            },
            "address": {
                "streetAddress": "12 Europa View, Sheffield Park",
                "locality": "Sheffield",
                "region": "UK",
                "postalCode": "S9 1XH",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-FTS-56294",
            "name": "Seetec Business Technology Centre LTD",
            "identifier": {
                "legalName": "Seetec Business Technology Centre LTD"
            },
            "address": {
                "streetAddress": "75-77 Main Road, Hockley,",
                "locality": "Essex,",
                "region": "UK",
                "postalCode": "SS5 4RG",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-FTS-56295",
            "name": "Babington Business College LTD",
            "identifier": {
                "legalName": "Babington Business College LTD"
            },
            "address": {
                "streetAddress": "55 Colmore Row, England,",
                "locality": "Birmingham",
                "region": "UK",
                "postalCode": "B3 2AA",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-FTS-56296",
            "name": "QA LIMITED",
            "identifier": {
                "legalName": "QA LIMITED"
            },
            "address": {
                "streetAddress": "International House Third Floor, 1 St Katharine's Way,",
                "locality": "London,",
                "region": "UK",
                "postalCode": "E1W 1UN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-FTS-56297",
            "name": "QA LIMITED",
            "identifier": {
                "legalName": "QA LIMITED"
            },
            "address": {
                "streetAddress": "International House Third Floor, 1 St Katharine's Way,",
                "locality": "London,",
                "region": "UK",
                "postalCode": "E1W 1UN",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-FTS-56298",
            "name": "Capita PLC",
            "identifier": {
                "legalName": "Capita PLC"
            },
            "address": {
                "streetAddress": "65 Gresham Street,",
                "locality": "london",
                "region": "UK",
                "postalCode": "EC2V 7NQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-FTS-56299",
            "name": "JGA LIMITED",
            "identifier": {
                "legalName": "JGA LIMITED"
            },
            "address": {
                "streetAddress": "5 Jardine House, Harrovian Business Village,",
                "locality": "Middlesex,",
                "region": "UK",
                "postalCode": "HA1 3EX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-FTS-56300",
            "name": "BC Arch Limited",
            "identifier": {
                "legalName": "BC Arch Limited"
            },
            "address": {
                "streetAddress": "Scale Space Building, Imperial College White City Campus, 56 Wood Lane,",
                "locality": "London,",
                "region": "UK",
                "postalCode": "W12 7RZ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ]
        },
        {
            "id": "GB-FTS-56301",
            "name": "The Cabinet Office",
            "identifier": {
                "legalName": "The Cabinet Office"
            },
            "address": {
                "streetAddress": "10 South Colonnade Canary Wharf",
                "locality": "London",
                "postalCode": "E14 4PU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-7001",
        "name": "Cabinet Office"
    },
    "language": "en",
    "awards": [
        {
            "id": "031231-2021-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "discontinued"
        },
        {
            "id": "016985-2022-Lot 1 Operational Delivery Apprenticeship training services delivered nationally-1",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-56292",
                    "name": "Lifetime Training Group LTD"
                }
            ]
        },
        {
            "id": "016985-2022-Lot 1 Operational Delivery Apprenticeship training services delivered regionally-2",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-56293",
                    "name": "Realise Learning and Employment LTD"
                }
            ]
        },
        {
            "id": "016985-2022-Lot 1 Operational Delivery Apprenticeship training services delivered regionally-3",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-56294",
                    "name": "Seetec Business Technology Centre LTD"
                }
            ]
        },
        {
            "id": "016985-2022-Lot 2 Business Administration Apprenticeship training services delivered nationally-4",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-56295",
                    "name": "Babington Business College LTD"
                }
            ]
        },
        {
            "id": "016985-2022-Lot 4 Finance Apprenticeship training services delivered nationally-5",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-56295",
                    "name": "Babington Business College LTD"
                }
            ]
        },
        {
            "id": "016985-2022-Lot 7 Project Management Apprenticeship training services delivered nationally-6",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-56296",
                    "name": "QA LIMITED"
                }
            ]
        },
        {
            "id": "016985-2022-Lot 8 Digital Apprenticeship training services delivered nationally-7",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-56297",
                    "name": "QA LIMITED"
                }
            ]
        },
        {
            "id": "016985-2022-Lot 5 Commercial Apprenticeship training services delivered nationally-8",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-56298",
                    "name": "Capita PLC"
                }
            ]
        },
        {
            "id": "016985-2022-Lot 6 Policy Apprenticeship training services delivered nationally-9",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-56299",
                    "name": "JGA LIMITED"
                }
            ]
        },
        {
            "id": "016985-2022-Lot 3 HR Apprenticeship training services delivered nationally-10",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-56300",
                    "name": "BC Arch Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "016985-2022-Lot 1 Operational Delivery Apprenticeship training services delivered nationally-1",
            "awardID": "016985-2022-Lot 1 Operational Delivery Apprenticeship training services delivered nationally-1",
            "status": "active",
            "value": {
                "amount": 14870840,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-30T00:00:00+01:00"
        },
        {
            "id": "016985-2022-Lot 1 Operational Delivery Apprenticeship training services delivered regionally-2",
            "awardID": "016985-2022-Lot 1 Operational Delivery Apprenticeship training services delivered regionally-2",
            "status": "active",
            "value": {
                "amount": 6708880,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-30T00:00:00+01:00"
        },
        {
            "id": "016985-2022-Lot 1 Operational Delivery Apprenticeship training services delivered regionally-3",
            "awardID": "016985-2022-Lot 1 Operational Delivery Apprenticeship training services delivered regionally-3",
            "status": "active",
            "value": {
                "amount": 2214704,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-30T00:00:00+01:00"
        },
        {
            "id": "016985-2022-Lot 2 Business Administration Apprenticeship training services delivered nationally-4",
            "awardID": "016985-2022-Lot 2 Business Administration Apprenticeship training services delivered nationally-4",
            "status": "active",
            "value": {
                "amount": 9870228,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-30T00:00:00+01:00"
        },
        {
            "id": "016985-2022-Lot 4 Finance Apprenticeship training services delivered nationally-5",
            "awardID": "016985-2022-Lot 4 Finance Apprenticeship training services delivered nationally-5",
            "status": "active",
            "value": {
                "amount": 1617120,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-30T00:00:00+01:00"
        },
        {
            "id": "016985-2022-Lot 7 Project Management Apprenticeship training services delivered nationally-6",
            "awardID": "016985-2022-Lot 7 Project Management Apprenticeship training services delivered nationally-6",
            "status": "active",
            "value": {
                "amount": 1197120,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-30T00:00:00+01:00"
        },
        {
            "id": "016985-2022-Lot 8 Digital Apprenticeship training services delivered nationally-7",
            "awardID": "016985-2022-Lot 8 Digital Apprenticeship training services delivered nationally-7",
            "status": "active",
            "value": {
                "amount": 4313600,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-30T00:00:00+01:00"
        },
        {
            "id": "016985-2022-Lot 5 Commercial Apprenticeship training services delivered nationally-8",
            "awardID": "016985-2022-Lot 5 Commercial Apprenticeship training services delivered nationally-8",
            "status": "active",
            "value": {
                "amount": 492480,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-30T00:00:00+01:00"
        },
        {
            "id": "016985-2022-Lot 6 Policy Apprenticeship training services delivered nationally-9",
            "awardID": "016985-2022-Lot 6 Policy Apprenticeship training services delivered nationally-9",
            "status": "active",
            "value": {
                "amount": 1305600,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-30T00:00:00+01:00"
        },
        {
            "id": "016985-2022-Lot 3 HR Apprenticeship training services delivered nationally-10",
            "awardID": "016985-2022-Lot 3 HR Apprenticeship training services delivered nationally-10",
            "status": "active",
            "value": {
                "amount": 1241280,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-30T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "value": 3
            },
            {
                "id": "4",
                "measure": "bids",
                "value": 3
            },
            {
                "id": "7",
                "measure": "bids",
                "value": 2
            },
            {
                "id": "10",
                "measure": "bids",
                "value": 3
            },
            {
                "id": "13",
                "measure": "bids",
                "value": 3
            },
            {
                "id": "16",
                "measure": "bids",
                "value": 1
            },
            {
                "id": "19",
                "measure": "bids",
                "value": 5
            },
            {
                "id": "22",
                "measure": "bids",
                "value": 3
            },
            {
                "id": "25",
                "measure": "bids",
                "value": 2
            },
            {
                "id": "28",
                "measure": "bids",
                "value": 5
            },
            {
                "id": "2",
                "measure": "smeBids",
                "value": 1
            },
            {
                "id": "5",
                "measure": "smeBids",
                "value": 1
            },
            {
                "id": "8",
                "measure": "smeBids",
                "value": 0
            },
            {
                "id": "11",
                "measure": "smeBids",
                "value": 0
            },
            {
                "id": "14",
                "measure": "smeBids",
                "value": 2
            },
            {
                "id": "17",
                "measure": "smeBids",
                "value": 0
            },
            {
                "id": "20",
                "measure": "smeBids",
                "value": 3
            },
            {
                "id": "23",
                "measure": "smeBids",
                "value": 2
            },
            {
                "id": "26",
                "measure": "smeBids",
                "value": 1
            },
            {
                "id": "29",
                "measure": "smeBids",
                "value": 4
            },
            {
                "id": "3",
                "measure": "electronicBids",
                "value": 3
            },
            {
                "id": "6",
                "measure": "electronicBids",
                "value": 3
            },
            {
                "id": "9",
                "measure": "electronicBids",
                "value": 2
            },
            {
                "id": "12",
                "measure": "electronicBids",
                "value": 3
            },
            {
                "id": "15",
                "measure": "electronicBids",
                "value": 3
            },
            {
                "id": "18",
                "measure": "electronicBids",
                "value": 1
            },
            {
                "id": "21",
                "measure": "electronicBids",
                "value": 5
            },
            {
                "id": "24",
                "measure": "electronicBids",
                "value": 3
            },
            {
                "id": "27",
                "measure": "electronicBids",
                "value": 2
            },
            {
                "id": "30",
                "measure": "electronicBids",
                "value": 5
            }
        ]
    }
}