Department for Transport Aviation Security Training Framework
The aim of this procurement is to set up a Framework Agreement with up to 15 suppliers to provide aviation security training-related provisions internationally and in the UK.
United Kingdom-London: Education and training services
2016/S 123-220254
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Great Minster House, 33 Horseferry Road
London
SW1P 4DR
United Kingdom
Contact person: Iftakhar Iqbal
Telephone: +44 2079443777
E-mail: DfTProcurementOpsISEG@dft.gsi.gov.uk
NUTS code: UK
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Aviation Security Support Engagement and Training (ASSET) Framework.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Department for Transport (DfT) is seeking experienced UK DfT certified aviation security trainers and their respective organisations to design, plan, deliver and evaluate a range of aviation security capacity development projects overseas or in the UK.
Bidders will have the opportunity to attend a presentation on 7.7.2016 from 11:30 to 14:30 (Department for Transport, Great Minster House, 33 Horseferry Rd, London SW1P 4DR) in order to further understand the requirement and the Procurement process. Please email DfTProcurementOpsISEG@dft.gsi.gov.uk with your company name, list of attendees and position if you would like to attend.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The aim of this procurement is to set up a Framework Agreement with up to 15 suppliers to provide aviation security training-related provisions internationally and in the UK. The Framework will run for an initial 2 year period, with the option to further extend the Framework for up to 24 months.
It is envisaged that the department will be delivering around 75 projects including training courses of differing types in the 1st year of the Framework. Suppliers will be required to deliver courses in Asia, Africa, the Middle East, the UK and elsewhere as the Department requires.
Training may consist of aviation security courses to improve operational delivery or tackle specific vulnerabilities. The Department may also require the delivery of other types of support, such as operational support, provision of training materials or review of existing security training. These are intended to improve aviation security at a particular airport or group of airports, or within a Host State’s aviation security regulatory framework.
Training will generally be delivered in the host state’s airport(s) and aviation training facilities. There could be occasions when training may be required to be delivered in countries neighbouring those with higher threat for convenience or in the UK. It should be noted that some of these facilities may be challenging and less developed in comparison to the UK. In addition, for some locations there may be a requirement that trainers have recently undertaken or are willing to undertake relevant training for operating in a fragile or hostile environment, e.g. Security Awareness in Fragile Environments course before being able to deploy.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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. For more information about this opportunity, please emailDfTProcurementOpsISEG@dft.gsi.gov.uk
VI.4.1)Review body
London
United Kingdom
Telephone: +44 2079443777
E-mail: DfTProcurementOpsISEG@dft.gsi.gov.uk
VI.4.3)Review procedure
The DfT will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the DfT as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful.
If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice:
Related Posts
Security Management Services London
Tender for Security and Concierge Services
Manned Guarding Security Services Manchester
Sheffield City Council Cash in Transit Framework