Notice Information
Notice Title
Contract variation
Notice Description
Civil Service learning and development services.
Procurement Information
The Cabinet Office considers that the award of this contract is permitted pursuant to Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 (PCR). Regulation 32(2)(b)(ii) of the PCR permits the use of the negotiated procedure without prior publication for public works contracts, public supply contracts and public service contracts where the works, supplies or services can be supplied only by a particular economic operator because competition is absent for technical reasons, but only where no reasonable alternative or substitute exists and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement. The Cabinet Office's view is that the services covered by the contract can be supplied only by KPMG LLP because competition is absent for technical reasons and no reasonable alternative or substitute exists. Our view is that no alternative provider could take over the provision of the relevant learning and development services that are required now as there is insufficient time for transition to another provider to take place. This absence of competition is not the result of an artificial narrowing down of the parameters of the procurement.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-046931
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/005296-2025
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Limited
- Procurement Method Details
- Award procedure without prior publication of a call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
80 - Education and training services
-
- CPV Codes
80000000 - Education and training services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £186,000,000 £100M-£1B
Notice Dates
- Publication Date
- 17 Feb 20251 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 20 May 20241 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CABINET OFFICE
- Contact Name
- John Collins
- Contact Email
- commercial@cabinetoffice.gov.uk
- Contact Phone
- +44 7712546390
Buyer Location
- Locality
- LONDON
- Postcode
- SW1A 2AS
- 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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-046931-2025-02-17T10:11:49Z",
"date": "2025-02-17T10:11:49Z",
"ocid": "ocds-h6vhtk-046931",
"initiationType": "tender",
"tender": {
"id": "C2980",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Contract variation",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
"mainProcurementCategory": "services",
"description": "Civil Service learning and development services.",
"lots": [
{
"id": "1",
"description": "Civil Service learning and development services.",
"hasOptions": false,
"awardCriteria": {
"criteria": [
{
"name": "N/A",
"type": "cost",
"description": "0"
}
]
},
"status": "cancelled",
"contractPeriod": {
"durationInDays": 450
}
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "limited",
"procurementMethodDetails": "Award procedure without prior publication of a call for competition",
"coveredBy": [
"GPA"
],
"procurementMethodRationaleClassifications": [
{
"scheme": "TED_PT_AWARD_CONTRACT_WITHOUT_CALL",
"id": "D_TECHNICAL",
"description": "The works, supplies or services can be provided only by a particular economic operator due to absence of competition for technical reasons"
}
],
"procurementMethodRationale": "The Cabinet Office considers that the award of this contract is permitted pursuant to Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015 (PCR). Regulation 32(2)(b)(ii) of the PCR permits the use of the negotiated procedure without prior publication for public works contracts, public supply contracts and public service contracts where the works, supplies or services can be supplied only by a particular economic operator because competition is absent for technical reasons, but only where no reasonable alternative or substitute exists and the absence of competition is not the result of an artificial narrowing down of the parameters of the procurement. The Cabinet Office's view is that the services covered by the contract can be supplied only by KPMG LLP because competition is absent for technical reasons and no reasonable alternative or substitute exists. Our view is that no alternative provider could take over the provision of the relevant learning and development services that are required now as there is insufficient time for transition to another provider to take place. This absence of competition is not the result of an artificial narrowing down of the parameters of the procurement."
},
"awards": [
{
"id": "015989-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-OC301540",
"name": "KPMG LLP"
}
]
},
{
"id": "025422-2024-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-OC301540",
"name": "KPMG LLP"
}
]
},
{
"id": "005296-2025-C2980-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-COH-OC301540",
"name": "KPMG LLP"
}
]
}
],
"parties": [
{
"id": "GB-FTS-8358",
"name": "Cabinet Office",
"identifier": {
"legalName": "Cabinet Office",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "70 Whitehall",
"locality": "LONDON",
"region": "UKI32",
"postalCode": "SW1A2AS",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "John Collins",
"telephone": "+44 7712546390",
"email": "commercial@cabinetoffice.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "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-COH-OC301540",
"name": "KPMG LLP",
"identifier": {
"legalName": "KPMG LLP",
"id": "OC301540",
"scheme": "GB-COH"
},
"address": {
"streetAddress": "15 Canada Square",
"locality": "London",
"region": "UKI",
"postalCode": "E14 5GL",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
},
{
"id": "GB-FTS-59629",
"name": "The High Court, Royal Court of Justice",
"identifier": {
"legalName": "The High Court, Royal Court of Justice"
},
"address": {
"streetAddress": "The Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-121323",
"name": "The High Court, Royal Court of Justice",
"identifier": {
"legalName": "The High Court, Royal Court of Justice"
},
"address": {
"streetAddress": "the Strand",
"locality": "London",
"postalCode": "WC2A 2LL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-8358",
"name": "Cabinet Office"
},
"contracts": [
{
"id": "015989-2024-1",
"awardID": "015989-2024-1",
"status": "active",
"value": {
"amount": 186000000,
"currency": "GBP"
},
"dateSigned": "2024-05-21T00:00:00+01:00"
},
{
"id": "025422-2024-1",
"awardID": "025422-2024-1",
"status": "active",
"value": {
"amount": 186000000,
"currency": "GBP"
},
"dateSigned": "2024-08-01T00:00:00+01:00"
},
{
"id": "005296-2025-C2980-1",
"awardID": "005296-2025-C2980-1",
"status": "active",
"value": {
"amount": 186000000,
"currency": "GBP"
},
"dateSigned": "2024-08-01T00:00:00+01:00",
"period": {
"durationInDays": 630
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "80000000",
"description": "Education and training services"
},
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "1"
}
],
"amendments": [
{
"id": "2",
"description": "The contract duration is extended by six months from the original end date of 31 October 2025 to 30 April 2026 for business continuity. The Termination Assistance Period option, that facilitates transition of learning to the new provision (when in place), is also being invoked. No other changes are being made to the contract.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: Regulation 72(1)(b): Additional services Additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor- (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, and (ii) would cause significant inconvenience or substantial duplication of costs for the contracting authority, provided that any increase in price does not exceed 50% of the value of the original contract. Regulation 72(1)(e): No substantial modification The proposed modification does not alter the overall nature of the contract. The changes are necessary to address specific issues that have arisen during the contract performance, ensuring that the contract continues to meet its intended objectives effectively. The modification does not introduce elements that are substantially different from the original contract scope within the meaning of paragraph (8), thus maintaining the fundamental character of the initial agreement. Regulation 72(1)(f): Below the value threshold Where the value of the modification is below both of the following values (a) the relevant threshold mentioned in regulation 5, and (b) 10% of the initial contract value for service and supply contracts."
}
]
}
],
"language": "en",
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 1
}
]
}
}