Services - 40341-2021

26/01/2021    S17

United Kingdom-London: Education and training services

2021/S 017-040341

Contract award notice

Results of the procurement procedure

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Infrastructure and Projects Authority (IPA) and Crown Commercial Services (CCS) acting as it’s agent
Postal address: 1 Horse Guards Road
Town: London
NUTS code: UK UNITED KINGDOM
Postal code: SW1A 2HQ
Country: United Kingdom
E-mail: plp@ipa.gov.uk
Telephone: +44 7926509433
Internet address(es):
Main address: https://www.gov.uk/government/organisations/infrastructure-and-projects-authority
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Project Leadership Programme

Reference number: RM6214
II.1.2)Main CPV code
80000000 Education and training services
II.1.3)Type of contract
Services
II.1.4)Short description:

IPA has formally undertaken the re-procurement of the project leadership programme, a development programme run for project leaders in government.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 22 500 000.00 GBP
II.2)Description
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
72220000 Systems and technical consultancy services
75000000 Administration, defence and social security services
75121000 Administrative educational services
80420000 E-learning services
80510000 Specialist training services
80511000 Staff training services
80520000 Training facilities
80521000 Training programme services
80522000 Training seminars
80530000 Vocational training services
80531000 Industrial and technical training services
80531200 Technical training services
80570000 Personal development training services
80590000 Tutorial services
80500000 Training services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Government projects are complex and delivered under intense political and public scrutiny, often in volatile and uncertain contexts. They can be of significant scale and uniqueness. Of critical importance to the IPA is to build project delivery capability through enhancing project leadership.

The IPA has established 2 key project leadership development programmes, one of which is the Project Leadership Programme (PLP).

PLP was launched in 2015. It is aimed at leaders who hold key delivery roles in government projects.

The programme has enrolled since inception over 1000 leaders from across 30 different government departments and currently delivers up to 6 cohorts a year of between 30-50 participants per cohort.

The current PLP is based on three key leadership competencies: leadership of self, commercial leadership and technical project leadership. Its content combines expert academic theory with practical hands-on learning. Its format currently includes 4 residential modules, elective classes, coaching and online tools such as bespoke 360o feedback and a participant information portal.

II.2.5)Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 064-154359
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
12/11/2020
V.2.2)Information about tenders
Number of tenders received: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: no
V.2.3)Name and address of the contractor
Official name: Cranfield Management Development Ltd
Town: Bedford
NUTS code: UK UNITED KINGDOM
Postal code: MK4 30AL
Country: United Kingdom
The contractor is an SME: yes
V.2.4)Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot: 22 500 000.00 EUR
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:

The value provided in Section II.1.7) is only an estimate. We cannot guarantee to suppliers any business through this commercial agreement.

As part of this contract award notice the following can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/2d60525a-0e4a-4ce2-a541-095e639737b3

1) Redacted commercial agreement;

2) List of successful suppliers;

3) Customer list on 2 April 2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement.

This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-Classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

VI.4)Procedures for review
VI.4.1)Review body
Official name: The Minister for the Cabinet Office acting through the Cabinet Office
Postal address: 9th Floor, The Capital, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503
VI.4.2)Body responsible for mediation procedures
Official name: Infrastructure and Projects Authority (IPA) and Crown Commercial Services (CCS) acting as it’s agent
Postal address: 1 Horse Guards
Town: London
Postal code: SW1A 2HQ
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

1) The Covid-19 outbreak is a Public Health Emergency of International Concern as declared by the World Health Organisation on 30 January 2020. The WHO Director-General characterised Covid-19 as a pandemic on 11 March 2020. As of 6 April 2020, scientific knowledge regarding the disease and its transmission was still emerging, however the WHO advised that Covid-19 transmission can occur via ‘infective respiratory droplets’ and wearing a mask represented one prevention measure that can limit the spread of viral diseases such as Covid-19.

2) In April 2020 the UK did not possess any face covering manufacturing capability and was reliant on securing supplies from overseas producers. Problems were experienced in obtaining reliable supplies of medical PPE-grade masks in a global market due to increased global demand and the disruption to the supply chain caused by the pandemic. There was a concern that insufficient volumes of non-medical masks would become available or, if available, they would be of inferior quality or charged at exorbitant prices.

3) In May 2020 Cabinet Office (CO) considered it crucial in the public interest to source initial supplies of face covering raw materials as part of a wider face coverings programme in order to secure the UK’s domestic manufacturing capacity to:

(a) produce medical grade masks immediately (if necessary);

(b) create an immediate and reliable supply of high-quality non-medical face coverings at affordable prices for the domestic market; and

(c) create national resilience to supply chain shocks within a global market.

This was because in April 2020 there was a considerable shortage of medical and non-medical PPE globally, there was real fear that items available would be impounded at borders so domestic production was urgently required to mitigate the impact of Covid-19.

4) In May 2020 CO purchased 10 non-automated production machinery lines (see CAN 141-348171). This was followed later by the purchase of automated production machinery lines (see CAN 2020-S/1430352966). In light of the urgent requirement to place the machinery with identified producers as soon as practicable and to commence their prompt operation, the CO also procured 13 weeks’ supply of the necessary raw materials to enable the immediate domestic production of non-medical face coverings. Due to the heightened international demand for raw materials utilised in the production of face masks/coverings, the long lead times, and the price volatility in the global market due to Covid-19, the CO procured the raw materials in order for them to be immediately available to the domestic producers. Waiting for the identified producers to be appointed and then for them to procure the raw materials individually would have caused delays of up to a month to the production commencement date, which would have severely impacted HMG’s effort to stimulate the urgent production of face coverings for the domestic market.

5) An accelerated PCR procurement was impossible if the supplies of raw materials were to be available in sufficient quantities in time for the domestic production of face coverings to commence. Any delay caused by having to engage the market through an open competition or restricted procedure ran the risk of failing to secure the necessary raw materials in the required timeframe (given the international demand for such materials and the lead times involved in procuring them). That would have caused knock-on delays to other aspects of the Face Coverings Programme, such as the manufacturers commencing production of the face coverings and their ability to produce sufficient volumes for the anticipated domestic demand, which would undermine HMG efforts to mitigate Covid-19 risks in the UK.

6) CO is satisfied the tests permitting use of the urgent direct award procedure (Regulation 32(2)(c)) t as set out in section VI 1.3) (Additional Information) above are met.

VI.5)Date of dispatch of this notice:
21/01/2021