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

Project Selborne — Provision of a Training Service to the Royal Navy and Royal Marines

  • First published: 28 November 2018
  • Last modified: 28 November 2018
  • 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:
28 November 2018
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)


Project Selborne — To Provide a Training Service for Royal Navy and Royal Marines

HMS Nelson, Orion Block, Room 24, Queen Street

Portsmouth, Hampshire

PO1 3HH

UK

Bryony Camp


+44 2392725903

NAVYTRGHQ-SELBORNEMailbox@mod.gov.uk


www.gov.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

Project Selborne — Provision of a Training Service to the Royal Navy and Royal Marines

II.1.2)

Type of service contract

20

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

Portsmouth


UKJ31

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. Training simulators. Training services. Training programme services. Vocational training services. Technical training services. Management training services. Personal development training services. Training services in defence and security materials. Training and simulation in security equipment. Training and simulation in military electronic systems. Construction management services. Relocation services. Building and facilities management services. Project Selborne’s will contract for the delivery of Naval Service Training, some of which is already outsourced, across UK establishments, modernising the approach to training design, delivery and encouraging innovative solutions. This aligns with the Maritime Training Strategy (MTS) to provide relevant, innovative and modern training, underpinned by collaborative working which delivers the human component of Maritime Force Elements at Readiness to enable Operational success. Collaborative working between the Contractor and the Authority is an essential enabler to achieve the intended outcomes. Selborne’s focus is to prioritise quality and improvement of RN individual training outcomes through modernisation. In addition to the provision of training, the Contractor will be responsible for: (i) designing, procuring and managing the supply of, and the maintenance and repair of all associated training equipment; (ii) delivering/managing and procuring the interior design and fit out of a new Authority premises which has been built to house the provision of training services and, upon completion, delivering/managing the relocation of training activities from an existing site to the new premises.

The Training Service to be delivered by the Contractor under this Contract represents the convergence of multiple legacy contracts, primarily FOAP(T), into a single arrangement for the integrated delivery of an end-to-end service for the training of Naval Service Personnel. These legacy contracts and activities vary and will be incrementally included into Selborne over the Contract Term. The Authority may incorporate all or part of the legacy contracts and/or in-house service provision.

The Authority intends to bring the legacy contracts and in-house service provision together into a single Contract to enable the Authority to transfer the management of such training services to a single Contractor and for the Contractor to improve Value for Money for the Authority, by exploiting commonality, coherence and synergies between training services to improve the quality and efficiency of service provision, and by giving the Contractor more scope to identify and implement opportunities for improvements and modernisation across wider Maritime Training.

The Contractor will also manage military assets, equipment, documentation, that will be supplied as Government Furnished Assets (GFA) and manage a cadre of Naval Service instructors as Government Furnished Resource (GFR).

II.1.6)

Common Procurement Vocabulary (CPV)

80000000
34152000
80500000
80521000
80530000
80531200
80532000
80570000
80600000
80610000
80660000
71540000
98392000
79993000

II.1.7)

Information about subcontracting

Unchecked box
Unchecked box
Checked 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

Contract duration will be up to 12 years with no options to extend.

 1 500 000 0002 000 000 000
GBP

II.2.2)

Information about options

Additional Training Services including:

Move of the Submarine Training in HMS Raleigh to HMNB Clyde to form the Future Submarine School (FSS) relocating, modernising supporting the resulting training and equipment delivery and support in the new facility.

Provision of Training at Defence School of Marine Engineering (DSMarE) and the Royal Navy Aircraft Engineering and Survival School (RNAESS), currently located at HMS Sultan and the provision of planning and project management services to enable a relocation of RN training to support the Better Defence Estates Strategy outcomes.

These additional services may be added to the Selborne contract at the sole discretion of the Authority. The Authority reserves the right to contract for all or part of the additional services and/or legacy incoming contracts.

Further details on these contracts will be provided to successful candidates who are invited to participate in Dialogue.

Provisional timetable for recourse to these options

144

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

Parent Company guarantee or a Bank Bond may be required prior to Contract Award. Further information will be included in the ITPD.

III.1.2)

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

The Contract will be subject to the current Contract, Purchasing and Finance (CP&F) System. Payment terms and conditions will be included in the ITPD.

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 will consider all forms/structures of groups of economic operators provided that sufficient comfort and assurance is provided in relation to financial risks.

III.1.4)

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

The Security Aspects Letter will be incorporated into the contract. The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective marking given, the aspects to which any protective marking applies or otherwise.

Transfer of Undertaking (Protection of Employment) (TUPE) will apply, both from Contractor to Contractor and Civil Servants to Contractor. The Contractor will be required to provide relevant pension arrangements and execute associated contractual documentation.

The Contractor will be required to provide evidence of its insurance arrangements.

The Contractor will be required to execute contractual documentation regarding its occupational rights of relevant Authority premises.

III.1.5)

Information about security clearance


 01-02-2021

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.




The Authority will apply DSPCR 2011 Part 4, Selection of Economic Operators - Clause 23, Criteria for the rejection of economic operators; Clause 24, Information as to the economic and financial standing and Clause 25, Information as to technical and professional ability.

A declaration of good standing will be sought in the Dynamic Pre-Qualification Questionnaire (DPQQ).

III.2.2)

Economic and financial standing



The Authority will apply DSPCR2011 Part 4, Selection of Economic Operators - Regulations 24, Information as to economic and financial standing.






The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.

Where appropriate, a statement, covering the three previous financial years of the economic operator, of:

(i) the overall turnover of the business of the economic operator; and

(ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.




III.2.3)

Technical and/or professional capacity



The Authority will apply DSPCR2011 Part 4, Selection of Economic Operators - Regulation 23, Criteria for the rejection of economic operators; Regulation 24, information as to economic and financial standing and Regulation 25, Information as to technical and professional ability.



Further information will be included in the ITPD.




The Authority will apply DSPCR2011 Part 4 Selection of Economic Operators, Information as to technical and professional ability - Regulation 25.



Further information will be included in the ITPD.


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?

Yes

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked 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

23

Objective criteria for choosing the limited number of candidates

The top three highest scoring candidates from the PQQ will be invited to participate in the Competitive Dialogue process.

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

FLEET/00603

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2017/S 189-388097 29-09-2017

Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 24-01-2019  17:00

 


IV.3.4)

Time-limit for requests to participate

 25-01-2019  12:00

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

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

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

Intermediaries Legislation (IR35) – The Authority has determined that Project Selborne is “out of scope” of IR35 Legislation

Project Selborne will hold a Bidders Conference on 6.12.2018 at HMS Collingwood, Fareham. Further information will be communicated following the responses to this Contract Notice / DPQQ.

Outline Descriptive Document will be available in the data room 48 hours’ post publication of the notice in the OJEU.

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

Cyber Risk level is medium.

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: 9389PAPF95.

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 282 324.

GO Reference: GO-20181122-DCB-13598697

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence, C&C, Naval Authority Group

Gavin Marshall, Project Selborne, HMS Nelson, Orion Block, Room 24, Queen Street

Portsmouth

PO1 3HH

UK

NAVYTRGHQ-SELBORNEMailbox@mod.gov.uk

+44 2392724175


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

 22-11-2018

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
71540000 Construction management services Construction-related services
80000000 Education and training services Education
80532000 Management training services Vocational training services
80570000 Personal development training services Training services
98392000 Relocation services Other services
80531200 Technical training services Industrial and technical training services
80660000 Training and simulation in military electronic systems Training services in defence and security materials
80610000 Training and simulation in security equipment Training services in defence and security materials
80521000 Training programme services Training facilities
80500000 Training services Education and training services
80600000 Training services in defence and security materials Defence and security
34152000 Training simulators Simulators
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.