Apprenticeship Training to Soldiers of the British Army
Provide Apprenticeship Training to Soldiers of the British Army and to the Defence Medical Services.
United Kingdom-Andover: Education and training services
2018/S 225-515043
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Army Headquarters, Ramillies Building. 2nd Floor, Zone 8, IDL437, Marlborough Lines
Andover
SP11 8HJ
United Kingdom
Contact person: Anne Ellis
Telephone: +44 1264381980
E-mail: anne.ellis601@mod.gov.uk
NUTS code: UKJ37
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Apprenticeship Training to Soldiers of the British Army, and to the Defence Medical Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Authority is seeking to select Contractors to deliver part of, or all the Apprenticeship qualifications covered by Lot 1 and 2. Contract duration will be 5 years, from 1.8.2019 for both lots, (subject to continued provision of Apprenticeship Levy or ESFA funding)
The methodology and location for delivery of each apprenticeship varies according to the requirements of each Arm or Service. In general, delivery commences during a soldiers Phase 2 Trade Training, and continues into their service in the Field Army. Only suppliers registered on the DfE Register of Apprenticeship Training Providers are eligible to deliver these requirements. Suppliers considering tendering must be listed on the DfE Register by 1.8.19 when delivery of the contracts for these Lots commences.
II.1.5)Estimated total value
II.1.6)Information about lots
N/A
II.2.1)Title:
The Delivery of Apprenticeships to Soldiers of the Intelligence Corps
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
This programme delivers apprenticeships in Intelligence Analysis to soldiers of the Intelligence Corps. Delivery commences in Initial Trade Training (ITT) at the Joint Intelligence Training Group at Chicksands and continues into service in Field units. In addition to the knowledge components of the apprenticeship framework in intelligence operations, the period of ITT may include opportunities for a Contractor to assess competence elements. Where necessary, functional skills may have to be competed during field unit service. Following ITT, servicemen and women may be posted to units in UK or overseas where assessment opportunities may exist. In Academic Year 2017/18, 85 soldiers were enrolled onto an apprenticeship and the average occupancy was 218.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
This contract may be subject to renewal through formal competitive tender under Public Contract Regulations in 2023/24 (subject to continued availability of ESFA and Apprenticeship Levy funding).
II.2.9)Information about the limits on the number of candidates to be invited
It is the Authority’s intention to invite up to a maximum of 6 suppliers to tender for each Requirement (i.e. Lot). If more than 6 suppliers meet the minimum selection criteria for each Requirement (i.e. Lot), the Authority intends to invite the 6 suppliers who attain the highest-scores in the Dynamic Pre-qualification Questionnaire (DPQQ) for each Requirement (i.e. Lot) to tender for that Requirement (i.e. Lot).
Suppliers interested in tendering for any of the Requirements (i.e. Lots) are therefore required to complete separately the respective DPQQ for each Requirement (i.e. Lot) they are interested in, which are linked to this notice. Suppliers’ responses will provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this contract notice.
Details of the process for accessing the DPQQ for this Lot, and the relevant Access Code are given in the supplementary information document which is attached to this contract notice as a supporting document.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The requirement covers the delivery of components of apprenticeship qualifications not delivered in-house by military staff or through mandatory military training; and the provision of the remaining components of Apprenticeship qualifications to those soldiers that had already commenced their apprenticeship training with other contracted providers prior to the letting of this contract.
II.2.1)Title:
The Delivery of Apprenticeships to Personnel of the Defence Medical Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
United Kingdom
II.2.4)Description of the procurement:
The programme delivers apprenticeships in healthcare to servicemen and women from the Royal Navy, Army and Royal Air Force. Delivery commences in Initial Trade Training (ITT) at the Defence College of Healthcare at Whittington and continues into service in Field units. In addition to the knowledge components of the apprenticeship standard in Healthcare Support Services, the period of ITT may include opportunities for a Contractor to assess competence elements. Time is currently allocated for the delivery of Functional Skills but this may have to be completed during Field unit service. Following ITT, servicemen and women may be posted to units in UK or overseas where assessment opportunities may exist. In Academic Year 2017/18, 325 servicemen and women were enrolled onto an apprenticeship and the average occupancy was 458.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
It is the Authority’s intention to invite up to a maximum of 6 suppliers to tender for each Requirement (i.e. Lot). If more than 6 suppliers meet the minimum selection criteria for each Requirement (i.e. Lot), the Authority intends to invite the 6 suppliers who attain the highest-scores in the Dynamic Pre-qualification Questionnaire (DPQQ) for each Requirement (i.e. Lot) to tender for that Requirement (i.e. Lot).
Suppliers interested in tendering for any of the Requirements (i.e. Lots) are therefore required to complete separately the respective DPQQ for each Requirement (i.e. Lot) they are interested in, which are linked to this notice. Suppliers’ responses will provide information that allows the Authority to evaluate the supplier’s capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this contract notice.
Details of the process for accessing the DPQQ for this Lot, and the relevant Access Code are given in the Supplementary Information document which is attached to this contract notice as a supporting document.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The requirement covers the delivery of components of apprenticeship qualifications not delivered in-house by military staff or through mandatory military training; and the provision of the remaining components of Apprenticeship qualifications to those soldiers that had already commenced their apprenticeship training with other contracted providers prior to the letting of this contract.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Only suppliers registered on the Department for Education’s (DfE) Register of Apprenticeship Training Providers are eligible to deliver the requirements of Lots 1 and 2. Suppliers considering tendering for both Lots must be listed on the DfE Register by the date of contract award (provisionally 30.4.2019).
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.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.
https://www.gov.uk/government/publications/government-security-classifications
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 https://www.contracts.mod.uk/delta. 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: 988FSTPKMS for Lot 1 (Intelligence Corps, and Access Code Z32K585NU8 for Lot 2 (Defence Medical Services). Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 31.5.2019 00:00. Please ensure that you allow yourself plenty of time when responding to this invite 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 call 0800 282 324. GO Reference: GO-20181119-DCB-13578965
VI.4.1)Review body
Andover
United Kingdom
VI.5)Date of dispatch of this notice: