Project Leadership Programme for the Cabinet Office
The Cabinet Office represented by the Major Projects Authority is seeking to establish a Contract with one supplier for the provision of a Project Leadership Programme.
United Kingdom-London: Education and training services
2014/S 241-424299
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Cabinet Office represented by the Major Projects Authority (the ‘Authority’)
The Cabinet Office 1 Horse Guards Road
Contact point(s): Managing Agent (for the purpose of this procurement only): Crown Commercial Service
SW1A 2HQ London
UNITED KINGDOM
Telephone: +44 3450103503
E-mail: supplier@ccs.gsi.gov.uk managedcontracts@ccs.gsi.gov.uk
Internet address(es):
General address of the contracting authority: http://ccs.cabinetoffice.gov.uk/
Address of the buyer profile: http://gpsesourcing.cabinetoffice.gov.uk/
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Other: Public Procurement
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 24: Education and vocational education services
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The requirement is divided in two distinct phases:
Phase 1 (Finalisation of Design).
The Supplier shall work collaboratively with the Authority to develop and finalise the design of the PLP in terms of the content, structure, teaching and learning approach, including course administration, quality assurance, performance management and participant learning support processes (which will include supporting participants to develop their personal learning and development plans).
Whilst it is anticipated that the programme’s final design will not vary significantly from the pilot programme, the Authority will welcomes any proposals which will enhance the design and content and improve the learning experience for participants.
Phase 2 (Delivery).
The Supplier shall be required to deliver the PLP as directed by the Authority, throughout the duration of the Contract.
The Supplier may be required to provide additional services in respect of the Project Leadership Programme upon request by the Authority and these requirements are set out in Schedule 2 of the Contract.
II.1.6)Common procurement vocabulary (CPV)
80000000, 72000000, 72220000, 75000000, 75121000, 80420000, 80500000, 80510000, 80511000, 80520000, 80521000, 80522000, 80530000,80531000, 80531200, 80570000, 80590000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Contracting Authority may extend the duration of the Contract for any period or periods of up to twelve (12) months at a time subject to a maximum of two (2) years in total from the expiry of the initial Contract.
Under the terms of this contract, the Potential Provider is required to:
Phase 1 (Finalisation of Design).
The Potential Provider shall work collaboratively with the Authority to develop and finalise the design of the PLP in terms of the content, structure, teaching and learning approach, including course administration, quality assurance, performance management and participant learning support processes (which will include supporting participants to develop their personal learning and development plans).
Whilst it is anticipated that the programme’s final design will not vary significantly from the pilot programme, the Authority will welcomes any proposals which will enhance the design and content and improve the learning experience for participants.
Phase 2 (Delivery).
The Potential Provider shall be required to deliver the PLP as directed by the Authority, throughout the duration of the Contract.
The maximum participant course fee that the Contracting Authority is prepared to pay is GBP 10 000 (including VAT). The maximum price tendered for the participant course fee must not exceed GBP 10 000 (including VAT). Any tender submitted which exceeds the GBP 10 000 (including VAT) threshold will be rejected and disqualified from further consideration in this procurement.
The Authority has agreed that it will commit to a minimum of 3 cohorts of 40 participants in the first year. A “cohort” is defined as a single iteration of the end-to-end Project Leadership Programme.
The Potential Provider must have the potential to deliver up to a maximum of 6 cohorts (each containing a maximum of 50 participants), per year giving a maximum total of 300 places per year, however the authority does not provide any guarantees to this effect.
Estimated value excluding VAT:
Range: between 2 980 000 and 15 000 000 GBP
II.2.2)Information about options
Description of these options: The Contracting Authority may extend the duration of the Contract for any period or periods of up to twelve (12) months at a time subject to a maximum of two (2) years in total from the expiry of the initial Contract.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This procurement will be managed electronically via the Crown Commercial Service’s e-Sourcing Suite.
To participate in this procurement, Potential Providers must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://ccs.cabinetoffice.gov.uk/i-am-supplier/respond-tender
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailingexpressionofinterest@ccs.gsi.gov.uk.
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support
Desk email: eenablement@ccs.gsi.gov.uk
Responses must be published by the date in IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Potential Providers will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1Responses must be published by the date in IV.3.4.
III.2.3)Technical capacity
Potential Providers will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.
The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 169-300527 of 4.9.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The Project Leadership Programme Contract will be between the successful Supplier and the Contracting Authority, not the Managing Agent.
Potential Providers should note that, in accordance with the UK Government’s policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Contract awarded, subject to possible redactions at the discretion of Crown Commercial Service.
Further information on transparency can be found at: http://ccs.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurement
The Contracting Authority expressly reserves the right (i) not to award any Contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates.
Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers.
The value range provided in section II.1.4 is only an estimate and the Authority cannot guarantee to potential providers any business which is over and above the minimum commitment stated in section II.2.1.
On 2nd April 2014 the Government introduced its new Government Security Classifications (GSC) classification scheme to replace the previous Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:
https://www.gov.uk/government/publications/government-security-classifications
The link below to the Gov.uk website provides information on the new GSC:
https://www.gov.uk/government/publications/government-security-classifications
For the Authority to conclude a contract with the Potential Provider, it will be essential for the Potential Provider to meet the requirements of the Cyber Essentials Scheme, introduced in June 2014. This scheme defines a set of controls which, when properly implemented, provides organisations with basic protection from the most prevalent forms of threat that come from the internet. Potential Providers can view the details of the Cyber Essentials Scheme at:
https://www.gov.uk/government/publications/cyber-essentials-scheme-overview
From 1.10.2014, suppliers must be compliant with the new Cyber Essentials controls if bidding for government contracts which involve the handling of sensitive and personal information and the provision of certain technical products and services. The easiest way to demonstrate that the Cyber Essentials requirements are met is to gain the Cyber Essentials certificate and this is also likely to be the cheapest way to demonstrate compliance. The Cyber Essentials Assurance Framework, leading to the award of Cyber Essentials and Cyber Essentials Plus certificates for organisations, has been designed in consultation with SMEs, including the Federation for Small Business, to be ‘light-touch’ and achievable at low cost. The 2 options give organisations a choice over the level of assurance they wish to gain and the cost of doing so. This scheme offers the right balance between providing additional assurance of an organisation’s commitment to implementing cyber security to third parties, while retaining a simple and low cost mechanism for doing so. The need to meet the requirements of the Cyber Essentials Scheme will extend to Sub-Contractors of the Supplier where such Sub-Contractors are involved, on behalf of the Supplier, in the handling of sensitive and personal information and the provision of certain technical products and services. The Supplier and any Sub-Contractors will need to renew their evidence of Cyber Essentials compliance at least annually.
Please refer to the CCS website:
for information about how complaints are handled during the procurement process.
VI.5)Date of dispatch of this notice: