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 214-525756/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, C&C, Other
Postal address: Air Commercial, Nimrod Building, 3 Site, RAF High Wycombe
Town: Walters Ash
Postal code: HP14 4UE
Country: United Kingdom
Contact Person: Anna Gibbs
Telephone: +44 1494494438
Email: anna.gibbs192@mod.gov.uk
Internet address(es):
Main address: www.contracts.mod.uk

The contract is awarded by central purchasing body
I.3) Communication
Access to the procurement documents is restricted.Further information can be obtained at:www.contracts.mod.uk
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 Air Traffic Control Training for the Ministry of Defence

Reference number: ACT/04707
II.1.2) Main CPV code: 34962230
II.1.3) Type of contract: Services
II.1.4) Short Description: Provision of air traffic control training for the Ministry of Defence.
II.1.5) Estimated total value:
Value excluding VAT: 5000000 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 Ministry of Defence (MOD) requires an approved training organisation to train up to 15 air traffic controllers per Financial Year (FY). The requirement will start in FY 20/21. To meet operational requirements, the contractor will train trainees using the joint air traffic control course number 1001 modular course material to achieve the training standard set by the MOD. The MOD is not looking for the award of a International Civil Aviation Organisation competency at the end of this training; this training therefore does not need civil aviation authority approval. However, the MOD is looking to achieve a near equivalent military skills test standard as that which is currently achieved (and will continue to be achieved in parallel) at the School of Air and Operations Control (SAOC).
II.2.5) Award criteria

II.2.6) Estimated value:
Value excluding VAT: 5000000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 6
Objective criteria for choosing the limited number of candidates: The authority will use the DPQQ 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 DPQQ. Full details of the method of choosing the tenders are set out in the DPQQ. It is the intention to down select to between approximately 2 and 6 highest scoring suppliers who will be invited to tender, providing they meet the overall percentage pass mark of 60 %, do not score any lower than 2 points for any of the questions and receive a pass in any pass/fail questions within the DPQQ. If the supplier scores below 2 in any of the questions or receives a fail in a pass/fail question then they will automatically fail the evaluation and will not be invited to participate any further.

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
II.2.14) Additional information: The cyber risk assessment level for this requirement is very low. Provision of this service is out of scope of IR35 legislation. Project Specific PQQ questions are weighted as follows:
— criterion 1: pass/fail,
— criterion 2: pass/fail,
— criterion 3 is 15 %,
— criterion 4 is 20 %,
— criterion 5 is 30 %,
— criterion 6 is 20 %,
— criterion 7 is 15 %,
— criterion 8 is pass/fail.
The PQQ access code is: V78V2S5KWH.

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 Ministry of Defence (MOD) requires an Approved Training Organisation (ATO) to provide air traffic controller training. The MOD is not looking for the award of a International Civil Aviation Organisation (ICAO) competency at the end of this training; this training therefore does not need Civil Aviation Authority (CAA) approval. However, the MOD is looking to achieve a near equivalent military skills test standard, as that which is currently achieved (and will continue to be achieved in parallel) at the School of Air and Operations Control (SAOC).
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.2.3) 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:
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: 2019-12-05 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2019-12-19
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
GO Reference: GO-2019115-DCB-15545413
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, C&C, Other
Postal address: Air Commercial, Nimrod Building, 3 Site, RAF High Wycombe
Town: Walters Ash
Postal code: HP14 4UE
Country: United Kingdom
Telephone: +44 1494494438
E-mail: anna.gibbs192@mod.gov.uk
VI.5) Date of dispatch of this notice:2019-11-05


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 19, 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 19, 2024

ISO Corporate Compliance

Type of document: Contract Notice Country: United Kingdom 1. Title: ISO CORPORATE COMPLIANCE 2. Awarding Authority: Ministry of Defence, GB Email: lynn.dury100@mod.gov.uk.