Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Army Collective Training Service (ACTS)

  • First published: 03 August 2023
  • Last modified: 03 August 2023
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03ec80
Published by:
Unknown
Authority ID:
AA47308
Publication date:
03 August 2023
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Ministry of Defence

ILD 12 Army Headquarters (AHQ), Blenheim Building, Marlborough Lines, Monxton Road, Andover, Hampshire

Andover

SP11 8HJ

UK

Commercial department

Rachel Robinson


rachel.robinson972@mod.gov.uk


www.army.mod.uk


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Army Collective Training Service (ACTS)

II.1.2)

Type of service contract

3

Main site or location of works, place of delivery or performance

Ministry of Defence, Waterloo Lines, Imber Road, Warminster, BA12 0DJ


UKK

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The military's collective training aims to develop the ability of small teams to entire units and formations, to function as a cohesive entity. Around 60,000 soldiers are involved in collective training every year. The Collective Training Transformation Programme (CTTP) will transform this training to match ever-more-complex future threats, through digitalisation, simulation, a different relationship with industry, and by changing how and where the military trains.

The objective of the Collective Training Transformation Programme is to appoint a Strategic Training Partner (STP) to jointly develop and implement the Army Collective Training Service (ACTS). The ACTS will exploit new technologies and digitalisation to deliver training which drives innovation and exploits data, empowers and stimulates the training audience and better informs Force Development. It will better prepare the Army and Defence for future complex operations and help to achieve greater productivity in training.

The procurement of the STP will be through a two-stage procurement procedure described further in section V1.3 below, and will involve the award of Development Contracts to short-listed Tenderers following the first stage of the procurement, and a Delivery Contract to the successful tenderer at the conclusion of the procurement process.

II.1.6)

Common Procurement Vocabulary (CPV)

80610000
34152000
45214800
48518000
48610000
48611000
48612000
71540000
72212518
72212931
72242000
72310000
72314000
72322000
79418000
79632000
79993000
80000000
80500000
80511000
80520000
80521000
80522000
80530000
80531200
80532000
80570000
80600000
80610000
80620000
80630000

II.1.7)

Information about subcontracting

Checked box
Checked box
Unchecked box
Unchecked box
Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The objective of this procurement is to select a Strategic Training Partner (STP) to jointly develop and implement the Army Collective Training Service (as described in further detail in II.1.5 above).

Service Requirement Document (SvRD)

An SvRD will be issued to all Tenderers as part of the Invitation to Negotiate (ITN) Stage 1. The SvRD will provide detailed requirements for each of the service elements of the ACTS, but in summary the services to be provided under the Delivery Contract are expected to include:

Govern the Collective Training Service. This will include services to provide: governing, reporting and confirming. Noting the governing service is expected to be an Authority led process delivered in collaboration with the STP.

Direct the Collective Training Service. This will include services to provide: scheduling of training events and the booking of Army and Defence training resource to satisfy the training demand.

Analyse the Collective Training Service. This will include services to provide: analysing and developing training requirements.

Design the Collective Training Service. This will include services to provide: designing and composing training events.

Deliver Collective Training. This will include services to provide: facilitation and administration, security, logistics, real life support, facilities, Actors, Audiences, Adversaries and Enemies (A3E), instrumenting, controlling, data modelling, simulation emulation, specialist support, observing and reviewing and cloud supporting.

Develop the Collective Training Service, this will include services to provide: monitoring, innovating, configuring and acquiring.

Assure Collective Training, this will include a service to validate collective training activity.

Collaboration between the STP and Authority will be an essential enabler to achieve the services as outlined above.

The training service to be delivered by the STP under the Delivery Contract may require convergence of legacy contracts, details of which will be provided in the Invitation to Negotiate.

The STP may be required to manage military owned assets which will be supplied as Government Furnished Assets. Further details will be outlined in the Invitation to Negotiate.

The procurement of the STP will be through a two-stage procurement procedure described further in section V1.3 below, and will involve the award of Development Contracts to short-listed Tenderers following the first stage of the procurement, and a Delivery Contract to the successful tenderer at the conclusion of the procurement process.

 1900000000.002500000000.00
GBP

II.2.2)

Information about options

Provisional timetable for recourse to these options

II.2.3)

Information about renewals



II.3)

Duration of the contract or limit for completion

180

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The Authority reserves the right to require an indemnity, guarantee or bank bond in the circumstances set out in the ITN.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Details regarding the pay performance and incentivisation mechanism will be set out in the ITN.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

Details on response requirements from groups of Applicants will be set out in the DPQQ and DPQQ guidance, instructions and conditions.

III.1.4)

Other particular conditions to which the performance of the contract is subject

Conditions will be set out in the DPQQ and ITN materials.

III.1.5)

Information about security clearance


III.2)

Conditions for Participation

III.2.1)

Personal situation



Criteria as stated in the DPQQ and DPQQ guidance, instructions and conditions




Criteria as stated in the DPQQ and DPQQ guidance, instructions and conditions

III.2.2)

Economic and financial standing



Selection Criteria as stated in the DPQQ and DPQQ guidance, instructions and conditions

Selection Criteria as stated in the DPQQ and DPQQ guidance, instructions and conditions


Selection Criteria as stated in the DPQQ and DPQQ guidance, instructions and conditions


III.2.3)

Technical and/or professional capacity



Selection Criteria as stated in the DPQQ and DPQQ guidance, instructions and conditions

Selection Criteria as stated in the DPQQ and DPQQ guidance, instructions and conditions


Selection Criteria as stated in the DPQQ and DPQQ guidance, instructions and conditions

Selection Criteria as stated in the DPQQ and DPQQ guidance, instructions and conditions

III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

Objective criteria for choosing the limited number of candidates

Selection Criteria as stated in the DPQQ and DPQQ guidance, instructions and conditions

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

707414450

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2020/S 213-523082

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 7-9-2023

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates


IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

A DPQQ will be conducted and all those who pass successfully will proceed to the Invitation to Negotiate (ITN) Stage 1.

The procurement process thereafter will be structured as a multi-stage procurement consisting of the following stages:

ITN Stage 1: The ITN Stage 1 will be issued to all Tenderers down-selected following the DPQQ process. Tenderers will be invited to submit initial tenders in response to the ITN Stage 1. The Authority will evaluate those initial tenders and identify the two highest ranked Tenderers to proceed to ITN Stage 2.

ITN Stage 2: The two highest ranked Tenderers identified at ITN Stage 1 will be awarded Development Contracts. These contracts will provide for the Tenderers to conduct a series of development tasks to demonstrate practical activities which will further support the evaluation of the tenders. Further detail to be provided in the Invitation to Negotiate.

It is envisaged that the duration of ITN Stage 2 will be up to 8 months. The relevant Tenderers will receive a firm fee as a contribution to overall costs paid by reference to completion of identified milestones.

During ITN Stage 2 the Authority also expects to conduct negotiations with the Tenderers.

At the end of ITN Stage 2 the Tenderers will be invited to submit final tenders. The Authority will evaluate those final tenders in line with the evaluation criteria. This tenderer will (subject to approvals) be awarded the Delivery Contract.

The Authority's intention is to take two Tenderers through to the end of ITN Stage 2. However, the Authority reserves the right to proceed with a single tenderer should it consider it appropriate to do so.

Suppliers Instructions How to Express Interest in this Tender:

Register your interest via the Collective Training Transformation Programme (CTTP) AWARD® Portal PQQ Security Gateway supplier registration link here:

https://award.commercedecisions.com/cttp/web/project/8c911fa7-d6a3-4aa0-a43b-ec4631ce7f4d/register

Please note that if your company is already registered in the CTTP AWARD® Portal then do not re-register; you will find the link under “Open Registrations” when you login.

Each company must only register once – additional users can be added on request once registration is complete.

Details of how to access and respond to the ACTS DPQQ documentation will be presented to you within AWARD®

To meet the Cyber risk profile at the DPQQ stage a ‘Supplier Assurance Questionnaire’ (SAQ) must be completed in compliance with DEFSTAN 05-138. The Risk Assessment Reference (RAR) to complete the questionnaire is: 372511172 link: https://www.gov.uk/guidance/defence-cyber-protection-partnership.

Please refer to further details in the DPQQ guidance, instructions and conditions document.

For information, under section II.2.1 value range, £1,900,000,000 - £2,500,000,000 the upper range reflects uncertainty of training volume of demand and inflation.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence

Army Headquarters (AHQ), Ramillies Building, Marlborough Lines, Monxton Road

Andover

SP11 8HJ

UK

jeremy.carless101@mod.gov.uk



Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 2-8-2023

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
71540000 Construction management services Construction-related services
72314000 Data collection and collation services Data-processing services
72322000 Data management services Database services
48611000 Database software package Database systems
48610000 Database systems Database and operating software package
48612000 Database-management system Database systems
72310000 Data-processing services Data services
72242000 Design-modelling services Systems analysis and programming services
80000000 Education and training services Education
72212518 Emulation software development services Programming services of application software
48518000 Emulation software package Communication software package
80532000 Management training services Vocational training services
80570000 Personal development training services Training services
79632000 Personnel-training services Personnel services except placement and supply services
79418000 Procurement consultancy services Business and management consultancy services
80511000 Staff training services Specialist training services
80531200 Technical training services Industrial and technical training services
80620000 Training and simulation in firearms and ammunition Training services in defence and security materials
80630000 Training and simulation in military vehicles Training services in defence and security materials
80610000 Training and simulation in security equipment Training services in defence and security materials
80520000 Training facilities Training services
45214800 Training facilities building Construction work for buildings relating to education and research
80521000 Training programme services Training facilities
80522000 Training seminars Training facilities
80500000 Training services Education and training services
80600000 Training services in defence and security materials Defence and security
34152000 Training simulators Simulators
72212931 Training software development services Programming services of application software
80530000 Vocational training services Training services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.