Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2018/S 056-123214/EN)
Nature of contract: Public works contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, C&C
Postal address: Nimrod Building, Nº 3 Site, RAF High Wycombe
Town: High Wycombe
Postal code: HP14 4UE
Country: United Kingdom
Email: simon.bratchell643@mod.gov.uk
Internet address(es):
Main address: www.contracts.mod.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:www.contracts.mod.uk
another address:Official name: Ministry of Defence, C&C
Postal address: Nimrod Building, Nº 3 Site, RAF High Wycombe
Town: High Wycombe
Postal code: HP14 4UE
Country: United Kingdom
Email: Simon.bratchell643@mod.gov.uk
Internet address(es):
Main address: www.contracts.mod.uk
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 a Part-Time Distance Learning Online MA in Air, Space and Cyber Power for the RAF
Reference number: ACT/04608
II.1.2) Main CPV code: 80430000
II.1.3) Type of contract: Works
II.1.4) Short Description: Provision of a part-time distance learning MA in air, space and cyber power studies. The requirement will cover 5 Intake (2,5 years per intake) periods 1.9.2019 to 28.2.2026 plus 1 Option intake covering 1.9.2024 to 28.2.2027. Course design and development for delivery for 1.9.2019, will include course design review dates on the 1.3.2019 & 1.5.2019.
II.1.5) Estimated total value:
Value excluding VAT: 924000 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: UK
Main site or place of performance:
United Kingdom.
II.2.4) Description of the procurement:
The requirement is for an Air Power MA online course that is open to all RAF personnel, (regular and reserve) from Senior Aircraftsman to squadron leader as part of the chief of air staff’s fellowship scheme. The requirement is to provide five annual course intake periods, starting 1.9.2019. One further course intake option period starting 1.9.2024 will be made available if required by the authority.
Course design – The contractor is to provide all course materials and academic content for delivery by 1.9.2019 but as part of the course design and development, an initial review detailing the planned course content is to be made available by 1.3.2019. Subsequently the detailed course content is to be ready for review by 1.5.2019, allowing sufficient time for any potential amendment ahead of the course delivery on 1.9.2019.
The MA is to be part-time, 2 ½ years in length and delivered entirely online. There will be 2 compulsory air, space and cyber power modules that cover historical, contemporary and future air power. The remainder of the course will comprise elective modules selected from the area of war studies, military history, international relations and strategic studies.
Access to all course materials, content and discussion forums will be made available online, 24 hours a day, 365 days of the year. Each student will have a tutor /supervisor who will act as the student’s academic POC. The contractor can make this course available for enrolment to the general public and international military and government attendees in order to ensure a wide and diverse student experience for RAF attendees.
Please be advised that a copy of the Invitation to tender is attached as supporting documents within the PQQ.
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 very 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.
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
Start: 2018-07-01End: 2026-02-28
This contract is subject to renewalyes Description of renewals:One further course intake option period starting 1.9.2024 will be made available if required by the authority.
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 7
Objective criteria for choosing the limited number of candidates: The authority will use the PQQ response to create a shortlist of tenders who are eligible to participate; fulfill any minimum economic, financial, professional and technical standards; and best meet in terms of capacity and capability the selection criteria set out in this PQQ. Full details of the method of choosing the tenders are set out in the PQQ. It is the intention to down select to between approximately 2 and 7 suppliers who will be invited to tender, providing they receive a pass in any pass /fail questions within the PQQ. If the supplier receives a fail in a pass /fail question then they will automatically fail the evaluation and will not be invited to participate any further.
“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: MB5RRZ5588. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 18.4.2018 09:00. 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 ”
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
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:As stated in the DPQQ.
III.1.2) Economic and financial standing
List and brief description of selection criteria: The estimated annual contract value is 154 000 GBP 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 could be utilised as part of this process.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedure
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: 2018-04-18 Local time: 09:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2018-04-19
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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: MB5RRZ5588
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-2018319-DCB-12095963
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, C&C,
Postal address: Nimrod Building, Nº 3 Site, RAF High Wycombe
Town: High Wycombe
Postal code: HP14 4UE
Country: United Kingdom
VI.5) Date of dispatch of this notice:2018-03-19