Army Apprenticeships and Work-Based Learning for Ministry of Defence
The Army holds an agreement with the Skills Funding Agency of England (SFA) to provide a grant towards the delivery of Apprenticeships and other work-based learning qualifications to servicemen and women as part of their continuing professional development.
United Kingdom-Andover: Education and training services
2014/S 068-117022
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Ministry of Defence, C&C
DE&S C&C Army Commercial Proc 2, Ramillies Bldg, IDL 437, Army HQ Marlborough Lines, Monxton Road
Contact point(s): Army HQ Commercial Proc 2
For the attention of: Mr Keith Hazell
SP11 8HT Andover
UNITED KINGDOM
Telephone: +44 1264383093
E-mail: DES-Comrcl-CC-ArmyHQ-Proc2-C1@mod.uk
Fax: +44 1264381218
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)
Section II: Object of the contract
Service category No 24: Education and vocational education services
NUTS code UKJ33
The Authority is seeking to select a Contractor to deliver this requirement. Because SFA funding is provided on an annual basis, any Contract would be let on the basis of one year certain with 4 optional one year periods or parts thereof commencing 1 August 2014. As the SFA funding methodology may change as at the commencement of any funding year, the Authority reserves the right to review the funding methodology to reflect changes to the SFA funding. It should be noted that delivery of this requirement is wholly dependent upon the continuing availability of SFA funding.
Potential Contractors will be required to ensure that their proposal for delivery allows for incorporating emerging Government initiatives. The Authority also reserves the right to review either or both the delivery and funding methodology in response to the implementation of new apprenticeship standards/formats, regulations governing delivery/assessment or new funding regulations arising from the Government’s response to the Richards Review and other studies. The Contractor will be required to comply with all current and future Government and Army requirements in areas such as safeguarding of learners and protection of data. In addition, the Contractor will be required to adhere to current and future Army Apprenticeships quality standards and processes.
Delivery will commence during the Phase 2 Trade Training at the Defence Intelligence and Security Centre (DISC) and continue into Field Army service in accordance with the Intelligence Corps Whole Life Development Strategy.
The information given below is based upon historic figures, is indicative only and cannot be guaranteed. There will be no carry in learners as this is a new requirement for the Intelligence Corps.
The Intelligence Corps is based throughout the UK, Germany, Cyprus and the Middle East. Soldiers are to be inducted onto a newly-created Higher Apprenticeship in Intelligence Operations during Phase 2 training at the DISC at Chicksands, Bedfordshire and will continue into service in the Field Army. For 2014/15 the estimated delivery is based upon a profile of 84 starts at Level 4.
80000000
Section III: Legal, economic, financial and technical information
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Responses to all questions in Part 1 of the PQQ and section 6.1 are to be marked on a Pass/fail basis. Economic Operators that are assessed as having failed any of these questions will not be invited to Tender. Questions in Part 2 of the PQQ will be evaluated using the following matrix: 0=No Answer; 1=Poor; 2=Satisfactory; 3=Good; 4=Very Good and 5=Excellent.
Minimum level(s) of standards possibly required:
A minimum score of 2 is required against 6.2; 7.1.1; 8.1.1; 9.1.1 and 11.1.1. Applicants that do not achieve these minimum scores will not be invited to Tender. Should there be more than 6 applications that score above the the minimum levels set out above, the Authority reserves the right to raise the marking until the maximum of 6 prospective tenderers is achieved.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The Most Economically Advantageous Tender in terms of the criteria stated in the specifications contained in the Invitation To Tender.
Section VI: Complementary information
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.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 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
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: 36AXQ9744Z.
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 +44 8452707099.
GO Reference: GO-201442-DCB-5574673
Ministry of Defence, C&C
ArmyHQ Commercial Proc 2, Ramillies Bldg, Army HQ Marlborough Lines, Monxton Road
SP11 8HT Andover
UNITED KINGDOM
Telephone: +44 1264383093
Body responsible for mediation procedures
Ministry of Defence, C&C
ArmyHQ Commercial proc 2, Ramillies Bldg, ArmyHQ, Marlborough Lines, Monxton Road
SP11 8HT Andover
UNITED KINGDOM
Telephone: +44 1264383093
Ministry of Defence, C&C
ArmyHq Commercial Proc 2, Ramillies Bldg, ArmyHQ, Marlborough Lines, Monxton Road
SP11 8HT Andover
UNITED KINGDOM
Telephone: +44 1264383093