Major Projects Leadership Academy (MPLA), Orchestrating Major Projects (OMP) & Optional Services

A Tender Notice
by CABINET OFFICE WITH INFRASTRUCTURE AND PROJECTS AUTHORITY (IPA) ACTING ON THEIR BEHALF

Source
Find a Tender
Type
Contract (Services)
Duration
7 year
Value
£0-£31M
Sector
PROFESSIONAL
Published
06 Jul 2021
Delivery
To 06 Mar 2029 (est.)
Deadline
10 Aug 2021 14:00

Concepts

Location

United Kingdom:

Geochart for 1 buyers and 0 suppliers

Description

The Cabinet Office, represented by the Infrastructure and Projects Authority IPA (the “Authority”), is seeking to establish a contract for the continued provision of the Major Projects Leadership Academy (the “MPLA”) and Orchestrating Major Projects (“OMP”) programmes and other services. The Supplier will be required to refresh the design, format and curriculum of the MPLA and OMP and to deliver the programmes and any other services as directed by the Authority, throughout the duration of the Contract. Acting on behalf of IPA, Crown Commercial Service (CCS) is acting as IPA’s Agent. This procurement is being conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It will be conducted in accordance with regulations 74 to 76 of PCR 2015, and relates to the education and training services which are listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) 2015 as a specific service.

Total Quantity or Scope

MPLA was launched in 2012. It is aimed at leaders who hold the most senior delivery roles on projects in the Government’s Major Project Portfolio (GMPP). The programme since inception has enrolled over 840 leaders from across government departments and launched 28 cohorts. The MPLA is based on 4 leadership competencies: leadership of self, leadership of major projects, commercial leadership and technical leadership. Its content combines expert academic theory with insights from experienced practitioners. Its format currently includes 3 residential modules, master classes, an assurance review of a major project, assignments and online tools such as bespoke 360 °C feedback and a dedicated programme portal. The OMP was launched in 2016 and is for government’s most senior leaders, such as Directors General, who influence the wider operating environment to enable project success. The programme examines how the major projects operating environment is shaped to enable project success. Currently it is delivered over 6 months and includes an orientation event, a residential week, 2 masterclasses, group tutorials and a capstone day. It has launched, up to June 2021, 4 cohorts and enrolled over 50 leaders. Other related programmes, workshops and activities on major project delivery are delivered for senior government officials and leaders over the duration of the contract. The Supplier will deliver all the mandatory requirements as detailed in Contract Schedule 2.1 Services Description, Annex 1 Specification of Services.

Award Criteria

Quality 80
price 20

CPV Codes

  • 80500000 - Training 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

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Professional qualifications are sought.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** IV.1.1) This competition is being conducted under the light touch regime, the procedure is akin to an open procedure but is further described in the ITT so references to the open procedure in this notice should be construed accordingly. II.2.7) The initial term of the Contract will be 48 months with the option to extend by up to a maximum of 36 months upon the Authority giving 60 Working Days’ notice. Refer to the Model Services Agreement RM6223, paragraph 4.1 II.1.5) The value provided in section II.1.5 is the estimated maximum value of the Contract including extension options and Optional Services. On 2.4.2014 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 this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications The Supplier is required to submit prior to the Contract Award date all the due ‘certificates, statements and other means of proof’ requested in the ITT. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite 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. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk at eEnablement@crowncommercial.gov.uk or call 0345 410 2222. Transparency Information - Bidders should note that, in accordance with the UK Government's policies on transparency, the Agent intends to publish the Invitation to Tender (ITT) documents and the text of any Contract awarded, subject to possible redactions at the discretion of the Authority. For further information on procurement and contracting transparency requirements please visit: https://www.gov.uk/government/publications/procurement-and-contracting-transpare...

Reference

Domains