CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

UK-Wolverhampton: Recruitment services.
Section I: Contracting Authority
I.1) Name and addresses
Ministry of Defence, Air Support, Other
RAF Cosford, Flowerdown Hall, Wolverhampton, WV7 3EX, United Kingdom
Tel. +44 1902377531, Email: Air-Comrcl7a@mod.uk
Contact: Julie Harris
Main Address:
NUTS Code: UKG2
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.contracts.mod.uk
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via www.contracts.mod.uk to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Framework Agreement for the Provision of Aeronautical Engineering Technical Manpower Augmentation in direct support of the Defence College of Technical Training inc International Defence Training
Reference Number: ACT/04598
II.1.2) Main CPV Code:
79600000 – Recruitment services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Authority has a requirement to place a 4 year Framework Agreement for the Provision of Aeronautical Engineering Technical Manpower to deliver training and support activities at a number of UK MOD locations.
II.1.5) Estimated total value:
Value excluding VAT: 14
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKG2 Shropshire and Staffordshire

II.2.4) Description of procurement: The Authority has a requirement to place a 4 year Framework Agreement for the Provision of Aeronautical Engineering Technical Manpower Augmentation for the Defence College of Technical Training. The successful Contractor shall be expected to source, identify and manage Suitably Qualified Experienced Persons (SQEP) to deliver training and support to RAF students at a number of MODsites across the UK. The subject contract award has an estimated value of up to £14M however potential providers should note that the current financial sanction agreed is £4.2M. The value of the requirement has the potential to increase to the higher value if the MOD is successful at securing additional International Defence Training.

No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation etc. will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 14,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates: Expressions of Interest shall be via the DPQQ linked to this Contract Notice. Only those Expressions of Interest that fully meet the above criteria and as stated in the DPQQ shall be considered for Invitation to Tender.

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 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 the Response Manager and add the following Access Code: KB9WK5B432 Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 14/12/2017 23:55. Please ensure that you allow yourself plenty of time when responding to this invite 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.

Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III.1.1), III.1.2) and III.1.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate under Section III.1.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III.1.2) and III.1.3) of this Contract Notice; and
(3) best meet in terms of capacity and capability the selection criteria set out Sections III.1.2) and III.1.3) of this Contract Notice.
Full details of the method for choosing the tenderers will be set out in the Help Text Box for the Dynamic PQQ.”

Suppliers should be aware that the Authority reserves the right to exclude any supplier who scores ‘No Answer’ or ‘Poor’ on any questions within the PQQ.
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided

Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
The estimated annual contract value is £1M. If the estimated annual contract value is greater than 40% of the supplier’s turnover, the Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, e.g. such evidence may include:
(1) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the supplier’s financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
“Electronic Trading
Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at ”
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Restricted

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
Envisaged maximum number of participants to the framework agreement:
Not Provided
The procurement involves the setting up of a dynamic purchasing system – NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 14/12/2017 Time: 23:59
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided

Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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 Cyber Essentials DCPP (Defence Cyber Protection Partnership) internet based Cyber Security Model Risk Assessment has been completed by the RAF User (the Customer), thus the Cyber Risk of this requirement is classified as Low. If your company is subsequently invited to tender then your tender must include the completion of the ‘Supplier Assurance Questionnaire’ via the internet based DCPP Cyber Security Model online link:- This is to demonstrate a supplier’s compliance with the required cyber risk level. More information will be published with regards to this process, the evaluation criteria and how to access the information/website once the tender documentation is live and you have been invited to tender. VI.4) Procedures for review
VI.4.1) Review body:
Ministry of Defence, Air Support, Other
RAF Cosford, Flowerdown Hall, Wolverhampton, WV7 3EX, United Kingdom
Tel. +44 1902377531, Email: Air-Comrcl7a@mod.uk
VI.4.2) Body responsible for mediation procedures:
Ministry of Defence, Air Support, Other
RAF Cosford, Flowerdown Hall, Wolverhampton, WV7 3EX, United Kingdom
Tel. +44 1902377531, Email: Air-Comrcl7a@mod.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, Air Support, Other
RAF Cosford, Flowerdown Hall, Wolverhampton, WV7 3EX, United Kingdom
Tel. +44 1902377531, Email: Air-Comrcl7a@mod.uk
VI.5) Date Of Dispatch Of This Notice: 14/11/2017

Annex A


LATEST STAKEHOLDER

Become a Stakeholder today and benefit from an exclusive marketing package which will allow you to:

  • Engage with active defence buyers and key supply chain partners
  • Create your own branded micro-site which within Defence Online which is managed by you
  • Have a dedicated Digital Account Manager to help enhance your Stakeholder page
  • Promote your news, products, press releases, eBooks and Videos as a Defence Online partner which feeds through to our homepage and social media channels
  • Have your company promoted on our partner website Defence Contracts Online (DCO)
  • All news promoted in mynewsdesk, a major hub for all of our news articles which enables news to be picked up from trade magazines, national newspapers and many other publications which offers extra exposure at no additional cost!

Contact us today or call us on 0845 557 1315 to take advantage of this exclusive marketing package


.

RELATED ARTICLES

April 24, 2024

United Kingdom-Telford: The Repair of Coolant Line Replacement Units and Associated Items

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-013120/EN) Nature of contract: Service contract Procedure: Negotiated without a call for competition Type

April 24, 2024

United Kingdom-Portsmouth: Pre-Entry Medical Assessment Services For the Royal Navy, Royal Marines and Reserves

Type of document: Contract Notice Country: United Kingdom Publication Ref: (2024/S 000-013197/EN) Nature of contract: Service contract Procedure: Open procedure Type of bid required: Global