UK-West Malling: Training services.

UK-West Malling: Training services.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
Kent County Council (T/A Procurement Services)
1 Abbey Wood Road, West Malling, ME19 4YT, United Kingdom
Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
Main Address: https://www.commercialservices.org.uk/
NUTS Code: UK

I.2) Joint procurement:
The contract involves joint procurement: No
In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
The contract is awarded by a central purchasing body: Yes

I.4)Type of the contracting authority:
Regional or local authority

I.5) Main activity:
General public services

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Supply of Training, Learning and Development Solutions
Reference number: Y25003

II.1.2) Main CPV code:
80500000 - Training services.


II.1.3) Type of contract: SERVICES

II.1.4) Short description: Services that can be procured under this Framework Agreement include, but are not limited
to the list below.
•Consultancy, Audit and Advice
•Platform Provision
•Standard off the Shelf Training Courses
•Tailored/Bespoke Training Packages
Suppliers will also be expected to offer full support including, but not limited to:
•Account Management
•Audit Services
•Bookings
•Evaluation and Feedback
•Helpdesk Support
•Individual Training Engagement (Marketing and Communications)
•Invoicing
•MI and Reporting
•Platform provision with access to a wide range of training and enhance the learning experience
•Venue Management
Training topics may include but be not limited to the following;
•Bespoke training
•Business Skills
•Coaching and Mentoring
•Continuing Professional Development
•Digital, Data and Technology
•Financial Services
•Health and Safety
•Languages
•Leadership and Management
•Legal and Compliance
•Learning Management Software, Delivery and Content
•Learning Management Consultancy
•Mandatory/Compliance Training
•Project and Programme Management
•Specialist
•Wellbeing

II.1.6) Information about lots
This contract is divided into lots: No

II.1.7) Total value of the procurement (excluding VAT)
Lowest offer: 1 / Highest offer:750,000,000
Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
80000000 - Education and training services.
80500000 - Training services.
80510000 - Specialist training services.
80530000 - Vocational training services.
80532000 - Management training services.
80533100 - Computer training services.
80561000 - Health training services.
80562000 - First-aid training services.
79998000 - Coaching services.
80511000 - Staff training services.
66171000 - Financial consultancy services.
66519310 - Insurance consultancy services.
72220000 - Systems and technical consultancy services.
72266000 - Software consultancy services.
79413000 - Marketing management consultancy services.


II.2.3) Place of performance
Nuts code:
UK - UNITED KINGDOM

Main site or place of performance:
UNITED KINGDOM


II.2.4) Description of the procurement: Services that can be procured under this Framework Agreement include, but are
not limited to the list below.
•Consultancy, Audit and Advice
•Platform Provision
•Standard off the Shelf Training Courses
•Tailored/Bespoke Training Packages
Suppliers will also be expected to offer full support including, but not limited to:
•Account Management
•Audit Services
•Bookings
•Evaluation and Feedback
•Helpdesk Support
•Individual Training Engagement (Marketing and Communications)
•Invoicing
•MI and Reporting
•Platform provision with access to a wide range of training and enhance the learning experience
•Venue Management
Training topics may include but be not limited to the following;
•Bespoke training
•Business Skills
•Coaching and Mentoring
•Continuing Professional Development
•Digital, Data and Technology
•Financial Services
•Health and Safety
•Languages
•Leadership and Management
•Legal and Compliance
•Learning Management Software, Delivery and Content
•Learning Management Consultancy
•Mandatory/Compliance Training
•Project and Programme Management
•Specialist
•Wellbeing

II.2.5) Award criteria:
Quality criterion - Name: Delivering the Framework Agreement / Weighting: 30
Quality criterion - Name: Delivering the Service and Account Management / Weighting: 45
Quality criterion - Name: Standards, Regulations and Policies / Weighting: 15
Quality criterion - Name: Social Value / Weighting: 10

Cost criterion - Name: Price / Weighting: 0


II.2.11) Information about options
Options: No


II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Open


IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: Yes


IV.1.6) Information about electronic auction
An electronic auction has been used: No

IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2024/S 000-025212



IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Y25003
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 12/05/2025

V.2.2) Information about tenders
Number of tenders received: 24
Number of tenders received from SMEs: 19 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 24

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
KPMG LLP, OC301540
15 Canada Square, London, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.2)
Premier People Solutions Ltd T/A Premier Partnership, 05997338
3 Derwent House Richmond Business Park, Doncaster, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.3)
BIP Group, N/A
51 Moorgate, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.4)
The University of Kent, 02613318
The Registry Canterbury, Kent, United Kingdom
NUTS Code: UK
The contractor is an SME: No

Contractor (No.5)
Reed Learning Ltd, 11359910
Academy Court 94 Chancery Lane, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.6)
Open eLMS Ltd, 04682876
124 City Rd, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.7)
Acceler8 Global Ltd, 09792362
Office 2, The Design Quarter 129-130 Edward St, Brighton, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.8)
Real Group Ltd, 06556128
Insight House Riverside Business Park Stoney Common Rd, Essex, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.9)
Optima Training and Consultancy, N/A
2nd Floor, 164 Bishopsgate, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.10)
Focus Games Ltd T/A Focus, 05149033
Active Learning 20-22 Wenlock Rd, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 750,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No


Award Of Contract (No.2)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 12/05/2025

V.2.2) Information about tenders
Number of tenders received: 24
Number of tenders received from SMEs: 19 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 24

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: Yes

Contractor (No.1)
Institute of Directors, N/A
116 Pall Mall, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.2)
The Human Edge Group Ltd, 11740125
1 The Sanctuary, London, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.3)
Me Learning Ltd, N/A
The Barn, Brackwell Farm, Winchendon, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

Contractor (No.4)
Astutis Ltd, N/A
6 Charnwood Court, Parc, Nantgarw, United Kingdom
NUTS Code: UK
The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Lowest offer: 1 / Highest offer: 750,000,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=948007951
VI.4) Procedures for review

VI.4.1) Review body
Commercial Services Kent Limited
1 Abbey Wood Road, West Malling, ME19 4YT, United Kingdom
Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
Internet address: https://www.commercialservices.org.uk/

VI.4.2) Body responsible for mediation procedures
Commercial Services
1 Abbey Wood Road, Kings Hill, West Malling, ME19 4YT, United Kingdom
Tel. +44 8081685808, Email: csgprocurement@csltd.org.uk
Internet address: https://www.commercialservices.org.uk/

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 14/05/2025