CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2019/S 157-388078/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, DE&S Mat Strat, Other
Postal address: Corporate Commercial Delivery Team, MoD Abbey Wood, Spruce 2b
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 3067962477
Email: DESTECH-Comrcl-TEAM@mod.gov.uk
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
Education

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of iLog Training Framework

Reference number: CCDT/539
II.1.2) Main CPV code: 80000000
II.1.3) Type of contract: Services
II.1.4) Short Description: PCR 2015 competition for the provision of iLog training courses as part of a framework, split into 3 separate lots.
II.1.5) Estimated total value:
Value excluding VAT: 944000 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:The requirement is split into 3 separate lots. Suppliers shall bid on each individual course, with the award also being granted per course.

II.2) Description
II.2.1) Title: Lot 1: Further Education

Lot No:1
II.2.2) Additional CPV code(s)
80300000

II.2.3) Place of performance
Nuts code: UKK
Main site or place of performance:South West (England).
II.2.4) Description of the procurement:
Lot 1 is divided into 3 courses:
— ESCIT management consultancy training (certificate level): delivery of directed learning accredited with the Chartered Management Institute (CMI) and the Institute of Consulting (IC) to Certificate Level 5, supplemented with the delivery of professional roleplay, simulation and coaching to reinforce the practical application of their studies,
— ESCIT management consultancy training (diploma level): delivery of directed learning accredited with the Chartered Management Institute (CMI) and the Institute of Consulting (IC) to Certificate Level 5,
— through Life Engineering Service MSc Programme: the authority require the contractor to deliver over a period of 3 years, the Master’s standard (Level 7) education in through-life equipment support design, planning and service delivery, to candidate students, expected to be circa 28 individuals before FY 20/21, with an estimated six individuals per year thereafter. It is preferred that each candidate complete the MSc programme in 2 years or less.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 776000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
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 to extend the contract duration for 1 additional year.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: The ITT documentation shall be available on contracts finder.

II.2.1) Title: Lot 2: Professional Courses

Lot No:2
II.2.2) Additional CPV code(s)
80000000

II.2.3) Place of performance
Nuts code: UKK
Main site or place of performance:South West (England).
II.2.4) Description of the procurement:
Lot 2: Professional Courses.
Lot 2 is divided into 4 courses.
— Teradata SQL Basic: provision of Teradata SQL (Teradata course REF: ILT 25965) training,
— Teradata SQL Advanced: provision of Teradata Advanced SQL (Teradata course REF: ILT 25966) training,
— VBA Introduction: provision of VBA Coding (VBA Basic Coding course) training,
— VBA Advanced: provision of VBA Coding (VBA Advanced Coding course) training.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 96000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
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 to extend Contract duration by 1 year.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: All ITT documentation can be found on contracts finder.

II.2.1) Title: Lot 3: Specialist Logistics Courses

Lot No:3
II.2.2) Additional CPV code(s)
80000000

II.2.3) Place of performance
Nuts code: UKK
Main site or place of performance:South West (England).
II.2.4) Description of the procurement:
Lot 3: Specialist Logistics Courses:
— dangerous goods training: successful completion of the dangerous goods training will provide suitably qualified personnel in the movement of dangerous goods. Satisfy the training requirements under each separate legal framework,
— pedastal cranes: training required regularly to keep suitable qualification levels for on/off loading of ammunition from HM Ships at Portsmouth. Requests for training are business critical.
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 71000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
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 to extend contract duration by 1 year.

II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:no
II.2.14) Additional information: All ITT documentation can be found on contracts finder.

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:See ITT documentation.
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

III.2.2) Contract performance conditions: See ITT documentation.

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
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open 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 several operators
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2019-09-17 Local time: 10:00
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)
IV.2.7) Conditions for opening tenders
Date: 2019-09-17 Local time: 10:00 Place:See ITT documentation.

Information about authorised persons and opening procedure:See ITT documentation.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
Electronic ordering will be used
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
GO Reference: GO-2019813-DCB-15244598
VI.4) Procedures for review
VI.4.1) Review body
Official name: Corporate Commercial Delivery Team
Postal address: MoD Abbey Wood, Spruce 2b, #1261
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 3067962477
E-mail: DESTECH-Comrcl-TEAM@mod.gov.uk

VI.4.2) Body responsible for mediation procedures
Official name: Corporate Commercial Delivery Team
Postal address: MoD Abbey Wood, Spruce 2b, #1261
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 3067962477
E-mail: DESTECH-Comrcl-TEAM@mod.gov.uk

VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
N/a.

VI.5) Date of dispatch of this notice:2019-08-13


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 26, 2024

708933450 PORT AGENCY CONTRACT CYPRUS (PACC): DPQQ CN

Type of document: Contract Notice Country: United Kingdom 1. Title: 708933450 PORT AGENCY CONTRACT CYPRUS (PACC): DPQQ CN 2. Awarding Authority: Ministry of Defence Ministry

April 26, 2024

711280452 Electro-Magnetic Detect and Defeat (EMDaD) SME

Type of document: Contract Notice Country: United Kingdom 1. Title: 711280452 Electro-Magnetic Detect and Defeat (EMDaD) SME 2. Awarding Authority: Ministry of Defence MOD Abbeywood Bristol England BS34