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

Electro-Mechanical Training Contract 2

  • First published: 17 December 2019
  • Last modified: 17 December 2019
  • 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:
Published by:
Unknown
Authority ID:
AA47308
Publication date:
17 December 2019
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, Air Support, Other

RAF High Wycombe

Walter's Ash

HP14 4UE

UK


+44 1494494369

chris.syers212@mod.gov.uk


www.contracts.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

Electro-Mechanical Training Contract 2

II.1.2)

Type of service contract

20

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

Gloucestershire, Wiltshire and Bristol/Bath area, Portsmouth


UKK1

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)

Education and training services. Specialist training services. Vocational training services. Training and simulation in military vehicles. Training and simulation in warships. E-learning services. Adult-education services at university level. Technical training services. The Defence College of technical training (DCTT) delivers technical training to military personnel from across Defence. The college currently comprises of 4 schools across a number of sites, including MOD Lyneham in Wiltshire and HMS Sultan in Gosport. MOD Lyneham is home to the Defence School of Electronic and Mechanical Engineering (DSEME) and the School of Army Aeronautical Engineering (SAAE) and HMS SULTAN is home to the Defence School of Marine Engineering (DSMarE) and the Royal Naval Air Engineering and Survival Equipment School (RNAESS).

The electro-mechanical training contract (EMTC) will deliver initial and subsequent electro-mechanical and marine engineering trade training and support services at both of the HMS Sultan and MOD Lyneham sites under a single contract; which will equate to circa 900 000 individual training days a year. The requirement is for a period of 5 years, subject to options for the authority to extend for up to 2 years, as set out below. The anticipated contract start date is 1.5.21 to allow for a 6 month transition period before full service commencement from 1.11.2021.

II.1.6)

Common Procurement Vocabulary (CPV)

80000000
80510000
80530000
80630000
80640000
80420000
80430000
80531200

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 statement of requirement, issued to successful applicants, will fully detail the various types of activity to be undertaken in support of this requirement. The services required under the contract include, but are not limited to:

— training design and media,

— training scheduling,

— training delivery,

— training support,

— equipment support,

— business support.

Following pre-qualification the top 4 scoring responders will be invited to negotiate. Any suppliers achieving a fail for any questions within the PQQ will be disqualified from taking any further part in this procurement.

All tender responses from those companies invited to submit a tender will be subject to an evaluation process to select the highest scoring bidder based on the most economically advantageous tender (MEAT). The full details of the MEAT evaluation shall be published to the bidders invited to negotiate. All bidders need to note that award will be used for tender evaluation.

185 000 000
GBP

II.2.2)

Information about options

The authority reserves the right to extend the contract by up to 2 periods of up to 12 months each.

Provisional timetable for recourse to these options

54

II.2.3)

Information about renewals



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 guarantees, bonds or other forms of security.

III.1.2)

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

The authority will trade electronically with the contractor during the life of the contract using the contracting, purchasing and finance (CP&F) system. Use of the CP&F system is mandatory for all Authority contracts. Please see PQQ Part 2 Form questions regarding CP&F.

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

The authority expects bids from a single prime contractor, who may sub-contract elements as appropriate. Full details must be provided within the PQQ.

III.1.4)

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

Please see requirements and questions within PQQ Part 2 Form G (Defence and Security Questions).

III.1.5)

Information about security clearance


III.2)

Conditions for Participation

III.2.1)

Personal situation



The authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the authority.




III.2.2)

Economic and financial standing



See PQQ.



See PQQ.







III.2.3)

Technical and/or professional capacity



See PQQ.



See PQQ.







III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

No

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

4

Objective criteria for choosing the limited number of candidates

The top 4 scoring PQQ responses will be taken through to the invitation to negotiation stage. Please see the PQQ evaluation criteria for further detail.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked 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

700007235

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 26-01-2020

 


IV.3.4)

Time-limit for requests to participate

 27-01-2020  12:00

IV.3.5)

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

 07-04-2020

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

The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

The Cyber Risk Profile for this contract is high. A supplier assurance questionnaire will be required at tender stage and the associated risk assessment reference will be issued with invitation to tender documentation.

Advertising Regime OJEU: this contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk

Economic operators shall be liable for their own costs in responding to this contract notice or taking any other part in this procurement process. The authority reserves the right not to award the contract in whole or in part and to vary or cancel the procurement process at any stage. The authority shall not be liable to any economic operators for any costs, expenses or losses of whatsoever nature that they may incur as a result of such action.

Please note there will be no one available to respond to clarification questions between 20.12.2019 and 7.1.2020. Any queries submitted to the contact point detailed within this notice will be addressed after this date.

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on http://www.contracts.mod.uk

You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your response manager and add the following access code: T8KTAQ3DJ2

Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the access code via DCO as the opening and closing date is visible within the opportunity.

Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online frequently asked questions (FAQ's) or the user guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282324.

Go Reference: GO-20191213-DCB-15679515

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence, Air Support, Other

RAF High Wycombe

Walter's Ash

HP14 4UE

UK

chris.syers212@mod.gov.uk

+44 1494495971


Body responsible for mediation procedures


Ministry of Defence, Air Support, Other


Walter's Ash


UK

chris.syers212@mod.gov.uk

+44 1494494369


VI.4.2)

Lodging of appeals

VI.4.3)

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


Ministry of Defence, Air Support, Other


Walter's Ash


UK

chris.syers212@mod.gov.uk

+44 1494494369


VI.5)

Dispatch date of this Notice

 13-12-2019

Coding

Commodity categories

ID Title Parent category
80430000 Adult-education services at university level Adult and other education services
80000000 Education and training services Education
80420000 E-learning services Adult and other education services
80510000 Specialist training services Training services
80531200 Technical training services Industrial and technical training services
80630000 Training and simulation in military vehicles Training services in defence and security materials
80640000 Training and simulation in warships Training services in defence and security materials
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.