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
|
|
|
|
|
|
|
|
|
|
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 authorityElectro-Mechanical Training Contract 2 |
II.1.2)
|
Type of service contract20Main 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
|
|
|
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)
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 |
|
|
|
|
|
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 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 optionsThe 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 options54 |
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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate4 |
|
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
|
|
|
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
|
|
|
|
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
|
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 |