CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 207-374591/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU
Type of bid required: Global bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, C&C, C&C
Postal address: 3 Site, Nimrod Building, Royal Air Force
Town: High Wycombe
Postal code: HP14 4UE
Country: United Kingdom
Contact Person: Maurice Litchmore
Telephone: +44 1494494373
Email: maurice.litchmore974@mod.uk
Nuts code: UKK1
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
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Provision of Accreditation for Artificer Training at MOD Lyneham for the Period 1.4.2017 to 31.3. 2020 with a Further Option Period of up to 2 Years.

Reference number: ACT/04493
II.1.2) Main CPV code: 80000000
II.1.3) Type of contract: Services
II.1.4) Short Description: The role of the Royal Electrical and Mechanical Engineers (REME) is to support equipment capability in the Army and REME artificers play a key role in delivering day-to-day support to the Army’s equipment fleets, both in barracks and, critically, on operations. In addition, REME artificers are employed in planning posts aimed at improving both equipment capability and availability to the User.

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.3) Place of performance
Nuts code: UKK1
Main site or place of performance:
Gloucestershire, Wiltshire and Bristol/Bath area.

II.2.4) Description of the procurement:
The role of the Royal Electrical and Mechanical Engineers (REME) is to support equipment capability in the Army and REME artificers play a key role in delivering day-to-day support to the Army’s equipment fleets, both in barracks and, critically, on operations. In addition, REME artificers are employed in planning posts aimed at improving both equipment capability and availability to the User.
The Authority requires a single Higher Education (HE) provider to accredit the Electronic, Avionic & Aircraft REME Artificer Training Streams to the industry standard, with named pathways for each of the 3 engineering disciplines. The new accrediting body will be required to review course content, teaching processes, validation, Accreditation of Prior Learning (APL) and Accreditation of Prior Experiential Learning (APEL). The resultant accreditation is desired to achieve a level similar to that currently awarded in science or engineering although, as a minimum requirement, a Level 5 qualification to Foundation Degree must be realised. Ultimately it must allow all Artificers to be able to apply for professional registration as Incorporated Engineers with the Engineering Council. The full accreditation must be in place by no later than 1 April 2017 in orders to provide the resultant single award to Artificers on completion of their Artificer course which is likely to be 18 — 21 months later.
The HE Provider must be capable of working with the School staff; a mixture of military, civil servant and MOD Contractors and be flexible enough to deal with the way in which the training is already being delivered. The Site for the delivery of all services is DSEME, MOD Lyneham. DSEME, MOD Lyneham is sited at The Prince Phillip Barracks, MOD Lyneham, Wiltshire, SN15 4XX.
The Contractor’s personnel are to be sufficiently qualified to deliver the outputs of the Contract. The Designated Officer shall be the Head off Accreditation and Validation. The Contractor is responsible for providing the appropriate training for the Contractor’s Personnel in performance of the Contract. The Contractor is responsible for all costs for training of the Contractor’s Personnel in order to meet their obligations under the Contract.
The estimated courses are as follows:
1) Artificer Electronic — Based at DSEME Lyneham delivering 2 courses per year, containing 24 students per year for a period of 19 months.
2) Artificer Avionic — Based at DSEME Lyneham delivering 1 course per year, containing 8 students per year for a period of 20 months.
3) Artificer Aircraft — Based at DSEME Lyneham delivering 1 course per year, containing 16 students per year for a period of 13 months.
For the purposes of contract monitoring, representatives of the Contractor will report to the DO on the performance of the Contract at no less than 3 monthly intervals.
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
Duration in months: 36
This contract is subject to renewalyes Description of renewals:Re-Let of Requirement.

II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Maximum number: 6
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options yes
Description of options: Option for Further 2 Years.

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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted 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 a single operator
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: 2016-11-21 Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: yes
Estimated timing for further notices to be published:60 months.
IV.2) Information about electronic workflows
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: 8R3842VJQR.
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 (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-20161021-DCB-8988953.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, C&C, C&C
Postal address: Abbey Wood
Town: Bristol
Postal code: BS34 8JH
Country: United Kingdom
Telephone: +44 1179132548
VI.5) Date of dispatch of this notice:2016-10-21

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking