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

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

Source
Find a Tender
Type
Contract (Services)
Duration
7 year (est.)
Value
£31M
Sector
PROFESSIONAL
Published
12 Apr 2022
Delivery
To 06 Mar 2029 (est.)
Deadline
n/a

Concepts

Location

London

Geochart for 2 buyers and 1 suppliers

Description

The Cabinet Office, represented by the Infrastructure and Projects Authority IPA (the “Authority”), has established 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 is 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 conducted under the Light Touch Regime (‘LTR’) and is therefore subject to limited regulation. It is 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 Detail

1 See Contracts Finder Notice for Full Supplier List (Liverpool)
  • Num offers: 2
  • Value: £31,000,000

Award Criteria

Quality 80.0
PRICE 20.0

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

  • Award on basis of price.

Other Information

This Contract Award Notice notice replaces the previous Contract Award Notice issued on the 05/04/2022 at: https://www.find-tender.service.gov.uk/Notice/009160-2022 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/c51b15a9-6aa7-4e6a-b8eb-61cee3... 1) Redacted Commercial Agreement 2) List of Successful Suppliers 3) Approved Customer list 4) Transparency Agenda On 02/04/2014, 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.

Reference

Domains