Award

Contract variation

CABINET OFFICE

This public procurement record has 3 releases in its history.

AwardUpdate

17 Feb 2025 at 10:11

Award

12 Aug 2024 at 12:37

Award

21 May 2024 at 10:41

Summary of the contracting process

The Cabinet Office, located at 70 Whitehall, London, United Kingdom, has awarded a contract titled "Civil Service learning and development services" within the education and training services industry category. This contract, valued at £186,000,000, was signed on 1st August 2024, with a duration extending to 30th April 2026 following a six-month extension for business continuity. The procurement process utilised a limited tender method, bypassing prior publication due to technical reasons, as stipulated under Regulation 32(2)(b)(ii) of the Public Contracts Regulations 2015. The awarded supplier is KPMG LLP, London.

This contract presents significant opportunities for businesses involved in education and training services, particularly those capable of providing comprehensive learning and development solutions for large-scale government operations. Companies specialising in bespoke training, digital learning platforms, and consulting services may find substantial growth prospects. The Cabinet Office's commitment to ongoing training and development, as indicated by the contract's substantial value and duration, reinforces the need for reliable and specialised service providers able to deliver tailored and effective solutions. Businesses with experience in large-scale government contracts and a proven track record in educational services will be well-positioned to compete in this sector.

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

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

KPMG

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-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
            }
        ]
    }
}