Modification notice
Modification of a contract/concession during its term
Section I: Contracting
entity
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: info@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/crown-commercial-service
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Learning and Development
Reference number: RM6145
II.1.2) Main CPV code
80000000
II.1.3) Type of contract
Services
II.2) Description
II.2.2) Additional CPV code(s)
72000000
72220000
75121000
75130000
79420000
79998000
80000000
80300000
80330000
80400000
80420000
80430000
80500000
80510000
80511000
80520000
80521000
80522000
80530000
80531200
80532000
80550000
80560000
80561000
80562000
80570000
80580000
80590000
92312212
98910000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
We ran this competition using the ‘open procedure. The procurement was conducted under the Light
Touch Regime (‘LTR’) therefore was subject to limited regulation and conducted in accordance with
regulations 74 to 76 PCR 2015. Crown Commercial Service (CCS) sought to establish a
Framework Contract to support delivery of learning and development.on behalf of the Minister for
the Cabinet Office.
The Framework Agreement is available for use by UK public sector bodies as described
in the customer list.
The framework consists of the following lots:
Lot 3 - Combined Lot 1 and Lot 2
Lot 6 - Combined Lot 4 and Lot 5
Suppliers will be required to provide the deliverables set out in the Specification.
II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 48
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2020/S 127-312150
Section V: Award of contract/concession
Contract No: RM6145
V.2 Award of contract/concession
V.2.1) Date of conclusion of the contract/concession
17/04/2020
V.2.2) Information about tenders
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor/concessionaire
Official name The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
The contractor/concessionaire is an SME:
No
V.2.4) Information on value of the contract/lot/concession (excluding VAT)
Total value of the contract/lot:
/concession: 315 000 000.00
GBP
Section VI: Complementary information
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: info@crowncommercial.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/organisations/crown-commercial-service
VI.5) Date of dispatch of this notice
24/04/2024
Section VII: Modifications to the contract/concession
VII.1) Description of the procurement after the modifications
VII.1.1) Main CPV code
80000000
VII.1.2) Additional CPV code(s)
72000000
72220000
75121000
75130000
79420000
79998000
80000000
80300000
80330000
80400000
80420000
80430000
80500000
80510000
80520000
80521000
80522000
80530000
80531200
80532000
80550000
80560000
80561000
80562000
80570000
80580000
80590000
92312212
98910000
VII.1.3) Place of performance
NUTS code:
UK
VII.1.4) Description of the procurement
We ran this competition using the ‘open procedure. The procurement was conducted under the Light Touch Regime (‘LTR’) therefore was subject to limited regulation and conducted in accordance with regulations 74 to 76 PCR 2015. Crown Commercial Service (CCS) sought to establish a Framework Contract to support delivery of learning and development.on behalf of the Minister for the Cabinet Office. The Framework Agreement is available for use by UK public sector bodies as
described in the customer list. The framework consists of the following lots: Lot 3 - Combined Lot 1 and Lot 2 Lot 6 - Combined Lot 4 and Lot 5 Suppliers will be required to provide the deliverables set out in the Specification.
VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession
Duration in months: 48
VII.1.6) Information on value of the contract/lot/concession (excluding VAT)
Total value of the procurement: 472 500 000.00 GBP
The contract/concession has been awarded to a group of economic operators:
No
VII.1.7) Name and address of the contractor/concessionaire
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
9th Floor, The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
The contractor/concessionaire is an SME:
No
VII.2) Information about modifications
VII.2.1) Description of the modifications
Notice of modifications to CCS’ Learning and Development Framework (RM6145) procured pursuant to Contract Notice 2020/S 127-312150 (“the Framework”):
(i) The estimated values of the two lots under the Framework have been increased as follows:
• Lot 3 has increased from £170,000,000.00 to £255,000,000.00 (ex VAT)
• Lot 6 has increased from £145,000,000.00 to £217,500,000.00 (ex VAT): and
(ii) The Framework term has been extended by 3 months and the Framework will now expire on 16 July 2024.
No other modifications will be made to the Framework.
CCS’ view is that the modifications above were permitted pursuant to Regulation 72(1)(b) of the Public Contracts Regulations 2015 (PCR).
Regulation 72(1)(b) provides that a modification is permitted in the following case:
for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor—
(i)cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, and
(ii)would cause significant inconvenience or substantial duplication of costs for the contracting authority,
provided that any increase in price does not exceed 50% of the value of the original contract.
In the alternative, the extension to the Framework term by 3 months is non-substantial and therefore is permitted pursuant to Regulation 72(1)(e).
As set out above, these are permitted modifications under the PCR, but, in the event that either of the modifications are deemed not to be a permitted modification under the PCR, then this notice should be treated as providing the requisite notice of a contract award.
VII.2.2) Reasons for modification
Need for additional works, services or supplies by the original contractor/concessionaire
Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:
CCS’ view is that the modifications above were permitted pursuant to Regulation 72(1)(b) of the Public Contracts Regulations 2015 (PCR).
Regulation 72(1)(b) provides that a modification is permitted in the following case:
for additional works, services or supplies by the original contractor that have become necessary and were not included in the initial procurement, where a change of contractor—
(i)cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, and
(ii)would cause significant inconvenience or substantial duplication of costs for the contracting authority,
provided that any increase in price does not exceed 50% of the value of the original contract.
In the alternative, the extension to the Framework term by 3 months is non-substantial and therefore is permitted pursuant to Regulation 72(1)(e).
VII.2.3) Increase in price
Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)
Value excluding VAT: 315 000 000.00 Currency: GBP
Total contract value after the modifications
Value excluding VAT: 472 500 000.00 Currency: GBP