Award

Better Business Cases Programme

HM TREASURY

This public procurement record has 3 releases in its history.

Award

21 Apr 2023 at 09:29

Tender

14 Oct 2022 at 12:47

Planning

16 Aug 2022 at 13:53

Summary of the contracting process

The Better Business Cases Programme tender, awarded by HM Treasury, is for the provision of training services to significantly enhance the UK public sector's ability to plan value proposals. This tender, titled "Better Business Cases Programme," is in the services category, focusing on accrediting trainers and training organisations to deliver HMT Business Case guidance. The key dates include the completion of the award by March 2023, with a planned handover period between suppliers. This concession contract involves the charging of examination fees and a royalty to the Authority.

This tender presents an opportunity for businesses in the training sector to compete for a contract that aims to improve the capacity of the UK public sector in financial planning. Companies offering training and accreditation services, especially those experienced in delivering HM Treasury Business Case guidance, would be well-suited to bid. The proposed contract duration is 3 years, with potential extensions, offering stability for businesses aligned with the programme's objectives. The current focus is on the UK market, but international growth opportunities are highlighted for successful bidders.

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

Better Business Cases Programme

Notice Description

Crown Commercial Service, as the Authority, has put in place an agreement for the provision of the Better Business Case Programme. The Better Business Cases programme aims to significantly increase and maintain the capacity of the UK public sector to create and plan optimum value proposals for investment, spending and use of public resources through the use of HM Treasury's Business Case guidance on applying the 'Five Case Model' through best practice. The primary requirement of this contract is to: * A. Put in place a system of accreditation for individual trainers and training organisations, so once accredited they can deliver training in HMT Business Case guidance. This is primarily delivered through examinations. * B. Put in place a system of accreditation for individuals undertaking the training by individuals and organisations described in (a), so they can receive formal accreditation in HMT Business Case Guidance. This is to be provided by the supplier delivering examinations to these candidates. The supplier will also provide facilitation services for the promotion and support of a market for Better Business Cases training, based on the accreditation and approval of training organisations and individual trainers and the administration of an examination and accreditation scheme for individual candidates. These examination and accreditation services are to be available to the public and private sector. The lotting structure of this framework was determined as a result of the market engagement.

Lot Information

Lot 1

The Better Business Cases programme aims to significantly increase the capacity of the UK public sector to create and plan optimum value proposals for investment, spending and use of public resources through the use of HM Treasury's Business Case guidance on applying the 'Five Case Model'. The requirement of this contract is for a supplier to accredit and approve training organisations and individual trainers including administering an examination and accreditation scheme for individual candidates. The supplier will also provide facilitation services for the promotion and support of a market for Better Business Cases training. The programme's core focus has previously been on the UK and New Zealand with support provided for demand led training around the world. A large majority of exams are taken within the UK. HM Treasury wishes to maintain this focus, while developing the emerging international training market. There is considerable international potential for growth in the provision of accreditation and training and there are already organisations advocating its use abroad. HM Treasury is looking for a supplier to provide a scheme that will improve upon the functions of the existing scheme. Requirements include providing a model for presenting accredited training providers, examination questions and syllabuses based on HMT Business Case guidance, proactively quality controlling examination administration and invigilation, and providing HMT with regular reporting and monitoring data (further details to be found in the Statements of Requirements). In addition, we would like on-going surveys of people undertaking Better Business Cases training to support on-going development and feedback. The proposed contract will likely be for a period of 3 years with the option to extend the contract for up to 2 years, plus an extra 2 contingency years if necessary. The authority intends to put in place a handover period between any new supplier and existing supplier during approximately October - March 2023. During this time, the new supplier would be required to put in place the appropriate processes and systems for the delivery of this service and receive key documents they will need to do so (e.g. banks of examination questions), whilst the current supplier will continue to deliver the accreditation and training services during the handover period. After the handover period, the appointed supplier under this procurement would then be the sole organisation delivering this requirement during the contract period. This is a concession contract where the current supplier charges a fee to users undertaking examinations (either to become accredited in HMT Business Case Guidance or to become accredited to deliver training in HMT Business Case Guidance). A royalty from this exam fee is provided to the Authority. Concession contract. Examination fees vary by region - see procurement documentation for further details.

Renewal: The initial duration of the Framework is 3 years, with an option to extend for up two (2) periods of two (2) years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-035f0f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011445-2023
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80500000 - Training services

Notice Value(s)

Tender Value
£1
Lots Value
£1
Awards Value
Not specified
Contracts Value
£1

Notice Dates

Publication Date
21 Apr 20232 years ago
Submission Deadline
4 Nov 2022Expired
Future Notice Date
11 Sep 2022Expired
Award Date
26 Mar 20232 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
HM TREASURY
Additional Buyers

THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Contact Name
Not specified
Contact Email
greenbook@hmtreasury.gov.uk
Contact Phone
+44 2072705000

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

THE APM GROUP

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-035f0f-2023-04-21T10:29:53+01:00",
    "date": "2023-04-21T10:29:53+01:00",
    "ocid": "ocds-h6vhtk-035f0f",
    "description": "As part of this contract notice the bidding documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/b027c738-0e2c-4732-a8e4-2fa678401735 On 2.4.2014 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 should 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 must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 - About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer's specific needs. PLEASE NOTE: All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME. On 30 June 2021, any certificate issued under the old scheme will expire. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. HMT reserve the right to award a framework to any bidder whose final score is within 1% of the last position. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-035f0f",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Better Business Cases Programme",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "80500000",
            "description": "Training services"
        },
        "mainProcurementCategory": "services",
        "description": "Crown Commercial Service, as the Authority, has put in place an agreement for the provision of the Better Business Case Programme. The Better Business Cases programme aims to significantly increase and maintain the capacity of the UK public sector to create and plan optimum value proposals for investment, spending and use of public resources through the use of HM Treasury's Business Case guidance on applying the 'Five Case Model' through best practice. The primary requirement of this contract is to: * A. Put in place a system of accreditation for individual trainers and training organisations, so once accredited they can deliver training in HMT Business Case guidance. This is primarily delivered through examinations. * B. Put in place a system of accreditation for individuals undertaking the training by individuals and organisations described in (a), so they can receive formal accreditation in HMT Business Case Guidance. This is to be provided by the supplier delivering examinations to these candidates. The supplier will also provide facilitation services for the promotion and support of a market for Better Business Cases training, based on the accreditation and approval of training organisations and individual trainers and the administration of an examination and accreditation scheme for individual candidates. These examination and accreditation services are to be available to the public and private sector. The lotting structure of this framework was determined as a result of the market engagement.",
        "value": {
            "amount": 1,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Better Business Cases programme aims to significantly increase the capacity of the UK public sector to create and plan optimum value proposals for investment, spending and use of public resources through the use of HM Treasury's Business Case guidance on applying the 'Five Case Model'. The requirement of this contract is for a supplier to accredit and approve training organisations and individual trainers including administering an examination and accreditation scheme for individual candidates. The supplier will also provide facilitation services for the promotion and support of a market for Better Business Cases training. The programme's core focus has previously been on the UK and New Zealand with support provided for demand led training around the world. A large majority of exams are taken within the UK. HM Treasury wishes to maintain this focus, while developing the emerging international training market. There is considerable international potential for growth in the provision of accreditation and training and there are already organisations advocating its use abroad. HM Treasury is looking for a supplier to provide a scheme that will improve upon the functions of the existing scheme. Requirements include providing a model for presenting accredited training providers, examination questions and syllabuses based on HMT Business Case guidance, proactively quality controlling examination administration and invigilation, and providing HMT with regular reporting and monitoring data (further details to be found in the Statements of Requirements). In addition, we would like on-going surveys of people undertaking Better Business Cases training to support on-going development and feedback. The proposed contract will likely be for a period of 3 years with the option to extend the contract for up to 2 years, plus an extra 2 contingency years if necessary. The authority intends to put in place a handover period between any new supplier and existing supplier during approximately October - March 2023. During this time, the new supplier would be required to put in place the appropriate processes and systems for the delivery of this service and receive key documents they will need to do so (e.g. banks of examination questions), whilst the current supplier will continue to deliver the accreditation and training services during the handover period. After the handover period, the appointed supplier under this procurement would then be the sole organisation delivering this requirement during the contract period. This is a concession contract where the current supplier charges a fee to users undertaking examinations (either to become accredited in HMT Business Case Guidance or to become accredited to deliver training in HMT Business Case Guidance). A royalty from this exam fee is provided to the Authority. Concession contract. Examination fees vary by region - see procurement documentation for further details.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "100"
                        },
                        {
                            "type": "price",
                            "description": "100"
                        }
                    ]
                },
                "value": {
                    "amount": 1,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2520
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial duration of the Framework is 3 years, with an option to extend for up two (2) periods of two (2) years."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80500000",
                        "description": "Training services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    },
                    {
                        "region": "UK"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-09-12T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://crowncommercialservice.bravosolution.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Candidates will be assessed in accordance with the Concession Contracts Regulation 2016 (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "See statement of requirements.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2022-11-04T17:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2022-11-04T17:00:00Z"
        },
        "bidOpening": {
            "date": "2022-11-04T17:00:00Z"
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-575",
            "name": "The Minister for the Cabinet Office acting through Crown Commercial Service",
            "identifier": {
                "legalName": "The Minister for the Cabinet Office acting through Crown Commercial Service"
            },
            "address": {
                "streetAddress": "9th Floor, The Capital, Old Hall Street",
                "locality": "Liverpool",
                "region": "UK",
                "postalCode": "L3 9PP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3450103503",
                "email": "supplier@crowncommercial.gov.uk"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ],
            "details": {
                "url": "https://www.crowncommercial.gov.uk/ccs",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Public Procurement"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-65983",
            "name": "HM Treasury",
            "identifier": {
                "legalName": "HM Treasury"
            },
            "address": {
                "streetAddress": "1 Horse Guards Road",
                "locality": "London",
                "region": "UK",
                "postalCode": "SW1A 2HQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2072705000",
                "email": "GreenBook@hmtreasury.gov.uk",
                "url": "https://crowncommercialservice.bravosolution.co.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://www.gov.uk/ccs",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Public Procurement"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-80804",
            "name": "The APM Group Limited",
            "identifier": {
                "legalName": "The APM Group Limited",
                "id": "02861902"
            },
            "address": {
                "streetAddress": "Sword House, Totteridge Road, High Wycombe, Buckinghamshire. HP13 6DG",
                "locality": "High Wycombe",
                "region": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-65983",
        "name": "HM Treasury"
    },
    "language": "en",
    "awards": [
        {
            "id": "011445-2023-1",
            "relatedLots": [
                "1"
            ],
            "title": "Better Business Cases Procurement",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-80804",
                    "name": "The APM Group Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "011445-2023-1",
            "awardID": "011445-2023-1",
            "title": "Better Business Cases Procurement",
            "status": "active",
            "value": {
                "amount": 1,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-27T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}