Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2017/S 065-122502/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, C&C, C&C
Postal address: 3 Site, Nimrod, Royal Air Force
Town: High Wycombe
Postal code: HP14 4UE
Country: United Kingdom
Contact Person: Maurice Litchmore
Telephone: +44 1494494373
Email: maurice.litchmore974@mod.gov.uk
Nuts code: UKJ3
Internet address(es):
Main address:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
to the above mentioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Accreditation of Royal Navy Petty Officer Air Engineering Technician Qualifying Courses at HMS Sultan.
Reference number: ACT/04549
II.1.2) Main CPV code: 80000000
II.1.3) Type of contract: Services
II.1.4) Short Description: Provision of Accreditation of Royal Navy Petty Officer Air Engineering Technician Qualifying Courses at HMS Sultan for the period 1.9.2017 to 31.8.2021 with a further option period of up to 2 Years to 31.8.2023.
II.1.5) Estimated total value:
Value excluding VAT: 862500 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKJ3
Main site or place of performance:
Hampshire and Isle of Wight.
II.2.4) Description of the procurement:
The role of the Petty Officer Air Engineering Technician (Avionic/Mechanical) POAET(AV/M) is to support aviation capability in the Royal Navy — Fleet Air Arm (FAA) at both front and second line operations. As senior ratings they will among other duties, manage and lead scheduled/unscheduled maintenance, control flight deck operations and conduct fault diagnosis from first principles and rectification of faults. They will also be required to act as ‘Third Signatories’, certifying an aircraft is ready to fly.
The Authority requires a single Higher Education (HE) provider to accredit the POAETQC(AV), POAETQC(M), LAETQC(AV), LAETQC(M), LAETAAQC(AV) and LAETAAQC(M) to an appropriate standard with named pathways for each of the engineering disciplines. The new accrediting body will be required to review course content, teaching processes, assessment methodologies and validation. The resultant accreditation is desired to achieve a level similar to that currently awarded in aeronautical engineering. Ultimately it must allow suitably qualified candidates to be able to apply for professional registration as Incorporated or Chartered Engineers with the Engineering Council. The full accreditation must be in place by no later than 31.8.2017 in order to provide the resultant awards to candidates on completion of their LAETQC, LAETAAQC and POAETQC.
The HE provider will be required to attend regular meetings in order to provide feedback to the School on the progress of students and the working of the Contract. Frequency and dates are to be determined following the award of the Contract by the Designated Officer. These meetings will be held at DSAE Gosport.
The HE provider must be capable of working with the School Staff; a mixture of military, civil servant and MOD contractors and be flexible enough to deal with the way in which the training is already being delivered and assessed.
Projected student throughput in period 17/18 is anticipated at 400 p.a. and remaining contract periods 326 p.a.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:On going Requirement.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: Option period of up to 2 Years to 31.8.2023.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-04-30 Local time: 23:55
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:4 – 6 years.
IV.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.3) Additional information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. 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.
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
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
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: BB888YN2W2.
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 Help-desk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-2017330-DCB-9905909.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, C&C, C&C
Postal address: Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 1179132548
VI.5) Date of dispatch of this notice:2017-03-30