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
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityArmy Collective Training Service (ACTS) |
II.1.2)
|
Type of service contract3Main 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
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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 |
|
|
|
|
|
II.1.7)
|
Information about subcontracting
|
|
|
|
|
|
|
|
|
|
|
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 scopeThe 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 completion180 |
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
|
|
|
|
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
IV.1.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
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
|
|
|
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
|
|
|
|
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
|
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 |