Project Leadership Tender
The IPA has established two key project leadership development programmes, one of which is the Project Leadership Programme.
PLP was launched in 2015.
United Kingdom-London: Education and training services
2020/S 064-154359
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 1 Horse Guards Road
Town: London
NUTS code: UK
Postal code: SW1A 2HQ
Country: United Kingdom
E-mail: plp@ipa.gov.uk
Telephone: +44 7926509433
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Project Leadership Programme
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
IPA is formally undertaking the re-procurement of the Project Leadership Programme, a development programme run for project leaders in government.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
UK.
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 two 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 1 000 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 four residential modules, elective classes, coaching and online tools such as bespoke 360º feedback and a participant information portal.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Candidates will be assessed in accordance with section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to the bid pack.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The value provided in section II.1.5) is only an estimate.
Although this procurement falls under Schedule 3 (Social and Other Specific Services) of the Public Contracts Regulations 2015, meaning we are running this competition using the light-touch procedure, it is being conducted in the style of the open procedure. Anyone can submit a bid in response to this published contract notice.
The duration of the contract will be a maximum of 5 (five) years, with the first term being 3 (three) years, with a further possible extension of 2 (two) 1 (one)-year periods.
All schedules and specific documentation related to this procurement will be included within the bid pack at: https://crowncommercialservice.bravosolution.co.uk where access is unrestricted and free of charge.
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/eb71b4a4-a522-4710-8c5f-8c25382e2dfc
1) Contract notice transparency information for the agreement
2) Contract notice authorised 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 should make themselves aware of the changes as it may impact on this requirement. The link below to Gov.uk provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
In order to be considered in this procurement, we require all bidders to hold Cyber Essentials Plus.
Registering for access:
This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal 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.
To register, you will need to:
1) go to the URL: https://crowncommercialservice.bravosolution.co.uk
2) select the link ‘I am a new supplier user’;
3) read and agree to the portal user agreement;
4) complete the registration form, providing information including:
— the full legal name of your organisation,
— your company registration number,
— your DUNS number — a unique nine-digit number provided to organisations free of charge by Dun and Bradstreet,
— user and contact details.
Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: if you require additional users from your organisation to see the invitation to tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via ‘User Management’ > ‘Manage Users’ > ‘Users’ > ‘Create’.
Expressing an interest:
To express your interest in this procurement:
1) login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2) on the dashboard select the link ITTs Open to All Suppliers;
3) on the ‘ITTs Open to All Suppliers’ webpage you will see one or more procurements listed, click on the procurement name you wish to access;
4) click on express interest at the top of the next screen;
5) you can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing Helpdesk operated by BravoSolution by email at help@bravosolution.co.uk or call 08000698630
The authority has given consideration to the potential impact of Coronavirus (Covid-19). Please reference Attachment 1 — about the contract for further information.
VI.4.1)Review body
Postal address: 1 Horse Guards
Town: London
Postal code: SW1A 2HQ
Country: United Kingdom
VI.5)Date of dispatch of this notice: