Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2024/S 000-009722/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Type of bid required: Global bid
Contract notice
Services
Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence
Postal address: Army Headquarters, Ramillies Bldg, Marlborough Lines, Monxton Road, Andover, Hants
Town: Andover
Postal code: SP11 8HT
Country: United Kingdom
Email: tom.shields102@mod.gov.uk
Internet address(es):
Main address:
The contract is awarded by central purchasing body
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:
electronically via:
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 External inspections of MOD Schools and settings
Reference number: 709880452
II.1.2) Main CPV code: 75121000
II.1.3) Type of contract: Services
II.1.4) Short Description: Defence Children Services is responsible for the education delivery and care of Service children and the children of entitled MOD civilian staff at 21 schools and settings around the world. External inspections of DCS schools and settings are to be conducted in accordance with the DfE Standards issued in November 2016 and must be carried out by a provider registered with and approved by the DfE to inspect overseas schools under the BSO Scheme.
Inspections of each school and setting are to be scheduled for every three years and must be conducted during term-time and within school or setting hours. The inspections must determine whether each school or setting’s performance meets all the standards, and the inspection report must cover:
• The extent to which the standards are met;
• The quality of education or care being provided;
• The distinctiveness of each school;
• Whether there is evidence that local requirements are being met;
• Whether the school is providing a British education that has similar characteristics to an education in an independent school in England in terms of its ethos, curriculum, teaching, care for pupils and pupils’ achievements;
• Whether the school is providing their pupils with the skills and qualifications they need to enter and re-enter the British education system.
Successful applicants that pass the SQ/PQQ stage will be invited to tender.
II.1.5) Estimated total value:
Value excluding VAT: 750000.00 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:
Main site or place of performance:
Please note the performance of this contract will take place in various locations overseas.
Brunei,
Falkland Islands,
The Netherlands,
Germany,
Italy,
Belgium,
Cyprus,
Gibraltar.
II.2.4) Description of the procurement:
Please refer to the short description at II.1.4 of this notice, for the full detailed requirement please see Annex A to Schedule 2 Statement of Requirements.
II.2.5) Award criteria
II.2.6) Estimated value:
Value excluding VAT: 750000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 120
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: 10
Objective criteria for choosing the limited number of candidates: Confirmation of registration with and approved by the DfE to inspect overseas schools under the BSO Scheme.
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: An additional 4 options to extend the contract beyond the initial 2 year term. Each option is 2 years in length.
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:Registered with and approved by the DfE to inspect overseas schools under the BSO Scheme.
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 procedureIV.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: 2024-04-26 Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 2024-05-06
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 ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence
Town: Andover
Postal code: SP11 8HJ
Country: United Kingdom
VI.5) Date of dispatch of this notice:2024-03-25