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
|
|
|
|
|
|
|
|
|
|
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 authorityProject Selborne — Provision of a Training Service to the Royal Navy and Royal Marines |
II.1.2)
|
Type of service contract20Main site or location of works, place of delivery or performance
Portsmouth UKJ31 |
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. 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 |
|
|
|
|
|
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 scopeContract 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 optionsAdditional 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 options144 |
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
|
|
|
|
|
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
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate23 |
|
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
|
|
|
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
|
|
|
|
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
|
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 (FAQs) 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 |