Non-Tactical Training Maintenance and Support Services for Ministry of Defence
1. The Ministry of Defence has a further requirement for the provision of non-tactical Training, Maintenance and Support Services (TMASS) for the Director General Army Recruiting and Training (DG ART) at the Armour Centre in Bovington, Dorset.
United Kingdom-Andover: Technical training services
2014/S 240-422774
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Ministry of Defence, C&C
Army Headquarters, IDL 437, Zone 8, 2nd Floor, Ramillies Bldg, Monxton Road
Contact point(s): Army Procurement 3
For the attention of: Debbie Lungley
SP11 8HJ Andover
UNITED KINGDOM
Telephone: +44 1264381978
E-mail: defcomrclcc-armyhq-proc3-c1@mod.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities/entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 3: Defence services, military defence services and civil defence services
NUTS code UKK2
II.1.5)Short description of the contract or purchase(s):
1. The Ministry of Defence has a further requirement for the provision of non-tactical Training, Maintenance and Support Services (TMASS) for the Director General Army Recruiting and Training (DG ART) at the Armour Centre in Bovington, Dorset. The requirement is to provide TMASS to enable the delivery of Armoured Vehicle (AV) trained personnel to Defence.
2. The requirement is likely to include, but is not necessarily limited to, the provision of the following services:
i. Instruction and training support services at three AV training schools, covering Driving and Maintenance (D&M), Gunnery and Communications Information Systems (CIS).
ii. Maintenance and support services for tracked and wheeled AVs. This may be subject to change during the course of the contract and accordingly will need to be priced separately.
iii. Motor Transport Services. This may be subject to change during the course of the contract and accordingly will need to be priced separately.
iv. Management of the Precision Gunnery Training Equipment (PGTE) and CIS BOWMAN Buildings.
v. Technical and General Stores Support.
vi. Ammunition Compound Services.
vii. Miscellaneous Infrastructure Support Services (e.g. Sports and Physical Training Support, Life Guard Services, Carpentry and General Labouring Services).
viii Contract Management and Administration.
The Authority reserves the right to remove or amend any of the above requirements during the tender or contract phase.
3. The Contract will embrace the principles of partnering, including gain share and training innovation initiatives to improve training delivery and learning experiences will be required. This is expected to lead to cost savings over the course of the contract.
4. The anticipated contract duration is between 3 and 5 years with additional option years.
5. Contract award is anticipated in November 2015 with delivery commencing on 1.4.2016.
II.1.6)Common procurement vocabulary (CPV)
80531200, 80510000
II.1.7)Information about subcontracting
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 45 000 000 and 48 000 000 GBP
II.2.2)Information about options
Description of these options: This contract duration is anticipated to be for 3 years plus 2 option years. However, based on a value for money judgement the Authority may choose to award the contract for 5 years plus 2 option years. The exact duration of this contract will be confirmed at contract award. Notifications of take up of any option periods will be outlined in the Invitation to Tender documents.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
III.2.1)Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: It is the Authority’s intention to invite 5 suppliers and no more than 10 suppliers to tender. If more than 10 suppliers meet the minimum selection criteria, the Authority intends to invite the 10 highest scoring suppliers to tender for the requirement.
Interested suppliers are required to complete the Dynamic Pre-Qualification Questionnaire (DPQQ) linked to this notice. Responses to all questions in Part 1 of the DPQQ will be marked on a Pass/Fail basis. Suppliers who are assessed as having failed any of the questions may not be invited to tender for the requirement. Any unanswered questions could result in down selection unless a valid explanation is provided. Suppliers are advised to e-mail the relevant Commercial Officer with reasons why any question in the DPQQ has not been answered.
Part 1 Form D — The supplier’s financial ability to meet this requirement will be assessed on a risk basis and the financial information provided by the supplier in response to Part 1 Form D will be evaluated by the Authority. Factors that will be taken into consideration when evaluating financial information include:
— Turnover,
— Profitability,
— Liquidity and Working Capital,
— Debt,
— Cash Flow.
The Authority will also examine the financial health of the immediate and ultimate parent of the supplier where it is part of a group.
In addition to the information provided, the Authority may use information from sources such as, but not limited to, Avention and Companies House for assessment. The supplier is required to provide a response to serial 4.2.1 unless there are reasons for not doing so in which case supplier must provide the reasons for not doing so and provide a response to 4.2.2. If a response to 4.2.2 is not provided then reasons for not doing so and a response to 4.2.3 should be provided. A response to 4.2.4 should be provided if the supplier can not provide a response to 4.2.1-4.2.3 and accompanied with reasons for doing so.
When assessing the financial health of an organisation the Authority will also take into consideration any Auditor’s opinion, for example Qualifications or Emphasis of Matter Statements.
The Authority’s opinion may be validated using Companies House and credit agencies such as Company Watch. Suppliers may be asked to provide further information.
If examination of the financial information exposes the potential for a supplier to experience financial difficulty in performing the contract, then the Authority will determine the level of risk that it is willing to bear in fulfilling the requirement. Evaluation of the financial information will attract a Pass or Fail risk marking.
Pass — A low or medium financial risk assessment as evaluated by the Authority.
Fail — A high unacceptable level of financial risk as evaluated by the Authority or supplier has not provided appropriate evidence.
Questions in Part 2 of the DPQQ will be scored using the weighting and marking scheme as detailed in the DPQQ and the supporting document entitled ‘20141208-DPQQ Part 2 Form F questions for TMASS’. Suppliers who do not achieve the minimum scores required may not be invited to tender for the requirement.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
Additional information about electronic auction: Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2014/S 153-275541 of 12.8.2014
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
VI.3)Additional information:
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available atwww.contracts.mod.uk
The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the www.Gov.uk website provides information on the new GSC.
https://www.gov.uk/government/publications/government-security-classifications
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.
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
Electronic Trading — Potential suppliers must note the mandatory requirement for electronic trading using the Ministry of Defence’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of this Contract. You can find details on the P2P system at www.d2btrade.com
The Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P).
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 http://www.contracts.mod.uk
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: 6T343MJC8Y.
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 e-mailing support@contracts.mod.uk or Telephone +44 800282324.
GO Reference: GO-2014128-DCB-6213100.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, C&C
IDL 437, Zone 8, Army Headquarters, Ramillies Building, Monxton Road
SP11 8HJ Andover
UNITED KINGDOM
E-mail: defcomrclcc-armyhq-proc3-c1@mod.uk
Telephone: +44 1264381978
Body responsible for mediation procedures
Ministry of Defence, C&C
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, C&C
VI.5)Date of dispatch of this notice: