Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Commands and Centre, C&C
J8 Commercial PJHQ, Noethwood HQ, Sandy lane
Contact point(s): Miss Vicki Whittaker
HA6 3HP Northwood
UNITED KINGDOM
Telephone: +44 1923955852
E-mail: Vicki.Whittaker557@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
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Defence
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
CB/PJHQ/198. Advanced driver training capability.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
NUTS code UKJ4
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator
II.1.5)Short description of the contract or purchase(s)
Specialist training services. Subject to the agreement of the MOD Approving Authorities, the Permanent Joint Headquarters (PJHQ) United Kingdom has a requirement for a contract to provide the following but not limited to:
a) Civilian armoured driver instruction that remains current to vehicle technology changes, incorporating road craft, to include, braking, skills circuits, and hill driving, off road driving, progressive high speed driving;
b) Provide evasive driver instruction, incorporating vehicle technology, to include, J-Turns, Y-Turns, rapid braking, reversing skills, skills circuits;
c) Provide vehicles for evasive driving, delivered and recovered to providers, include vehicles that can be cut to demonstrate and practice vehicle extrication;
d) Provide the skid pan and/or training area on which the training will take place.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Subject to the agreement of the Ministry of Defence (MoD) Approving Authorities, the Permanent Joint Headquarters (PJHQ) United Kingdom (UK) seeks expressions of interest for Advanced Driver Training for the personnel who are routinely required to self-drive a range of vehicles, including cars, 4×4’s, and Civilian Armoured Vehicles (CAV), in various road and driving conditions, including off-road, in densely-populated heavily-urbanised areas, and on high-grade metalled highways. This requirement will include but not limited to:
a) Civilian armoured driver instruction that remains current to vehicle technology changes, incorporating road craft, to include, braking, skills circuits, and hill driving, off road driving, progressive high speed driving;
b) Provide evasive driver instruction, incorporating vehicle technology, to include, J-Turns, Y-Turns, rapid braking, reversing skills, skills circuits;
c) Provide vehicles for evasive driving, delivered and recovered to providers, include vehicles that can be cut to demonstrate and practice vehicle extrication;
d) Provide the skid pan and/or training area on which the training will take place.
II.2.2)Information about options
Options: yes
Description of these options: Earned extension of the contract duration to a maximum of two years in parts thereof at the sole discretion of the Contracting Authority.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.8.2012. Completion 31.7.2015
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Bank and/or parent company guarantees and/or other guarantees of performance and financial liability may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Conditions relating to financing and payment will be specified in the contractual documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a contract is awarded to a grouping of economic operators, the Contracting Authority may require the grouping to form a legal entity (with appropriate financial guarantee from its parent companies before entering into the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Specific conditions will be set out in the contract.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to confirm that none of the circumstances mentioned in Regulation 23 of the UK Public Contracts Regulations 2006 and Article 45 of the Directive 2004/18/EC affect them. Further details will be set out in the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: These will be set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required: Any applicable minimum standards will be set out in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
These will be set out in the pre-qualification questionnaire.
Minimum level(s) of standards possibly required: Any applicable minimum standards will be set out in the pre-qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Candidates will be selected to participate on the basis of (a) their economic and financial standing and (b) their technical or professional ability. Further details will be set out in the pre-qualification questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CB/PJHQ/198
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 6.5.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
7.5.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will initiate a minimum 10 calendar day stand still period at the point at which information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Authority before the contract is entered into. If an appeal regarding the award of a contract has not been successfully resolved, it will be dealt with under the provisions of the Public Contracts Regulations 2006. It provides for the aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). 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 make a declaration of ineffectiveness or award damages.