DCEME training and training support contract
This contract is for the provision of training and training support to the Contracting Authority for elements of career training and continuous professional development of armed forces personnel at the Defence College of Electro Mechanical Engineering (DCEME) schools at HMS Sultan, Arborfield and Bordon.
UK-High Wycombe: technical training services
2012/S 44-072340
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
DE&S Commercial, C&C
Acquisition & Commercial TeamNimrod Building No. 3 Site
For the attention of: Mr Christopher Syers
HP14 4UE High Wycombe
UNITED KINGDOM
Telephone: +44 1494494369
E-mail: chris.syers212@mod.uk
Fax: +44 1494494400
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 UKJ
80531200
DCEME is one of the federated Defence Training Establishments (DTEs) and comprises:
a. Royal Naval School of Marine Engineering (RNSME) at HMS Sultan, Gosport;
b. The School of Electronic and Aeronautical Engineering (SEAE) and the REME Arms School (RAS) at Arborfield;
c. The School of Electrical and Mechanical Engineering (SEME) at Bordon;
d. The Royal Air Force No 4 School of Technical Training (4SoTT) at St Athan.
Currently, the DCEME schools are annually scheduled to deliver over 400 000 man training days (MTDs) of technical and management training to the armed forces, MOD civilian staff, and members of other International Defence Forces.
Under the Defence Technical Training Change Programme (DTTCP) plans for the future of DTEs are being developed. In July 2011 the Secretary of State for Defence announced that Defence technical training would move to Lyneham in Wiltshire, and that associated plans would be developed.
Currently, single site contracts for the delivery of training and training support services provide services to other units co-located with the DCEME schools. At HMS Sultan the Royal Naval Air Engineering Survival School (Rnaess) and the Defence Academy Nuclear Department (ND) are provided with limited training delivery and some establishment and support services. At Arborfield the current contract provides the Defence College of Aeronautical Engineering (DCAE) (Arborfield) with support services and a small element of training delivery.
The separate contracts for the delivery of training and support to training at HMS SULTAN and REME training at Arborfield and Bordon are due to expire in Jan 2014 and the Authority wishes to join together the present individual site contracts into a single contract with an initial term of 5 years plus 2 separate, one year, options (achieving a maximum term of 7 years). As a result the new service provider will, coherent with the Defence technical training change programme, be required to relocate its training and training support activities and personnel from Arborfield and Bordon to Lyneham within the term of this contract (subject to confirmation of Lyneham as the single site solution and the expected date of relocation); whilst continuing to provide training and training support at HMS Sultan. Additional elements of training delivery and support may also be added to the contract as the DTTCP develops. It should be noted that the scope of current contracts vary at each site but generally exclude activities covered by separate multi-activity contracts (MACs) such as retail & leisure, cleaning, catering, infrastructure and estates facilities management.
Expressions of interest.
Expressions of interest are invited for the delivery of training and training support at HMS SULTAN (RNSME), Arborfield (SEAE & REME AS) and Bordon (SEME) including limited assistance to the co-located schools, and for its future delivery at the selected future DTTCP training site (currently planned to be Lyneham) following relocation from Arborfield and Bordon.
Detail of requirement.
This requirement includes, but is not limited to the delivery of training covering defence and management studies, electronic, electrical, mechanical and marine engineering science, radar, control equipment, telecommunications, vehicles, weapons, small arms, metal working and elements of recovery training. It also consists of the design and development of training, training planning and scheduling of courses, support to training tasks (including but not limited to administration of technical publications, library services, clerical and administrative services except those preserved for Defence Business Services) and the delivery of equipment support to military and some civilian equipment and training assets provided by the Authority for the delivery of training. These services include the management of equipment, technical stores support and the repair, maintenance and husbandry of training equipment. The training is to deliver nationally recognised qualifications and their accreditation up to and including C&G, NVQ, modern apprenticeships, NQF/FHEQ level 5 and degrees.
Transformation, continuous improvement and rationalisation.
Bidders will also be required to submit and implement innovative and detailed proposals to transform and continuously improve the delivery of training across DCEME. This will include the use of learning technologies, compression, harmonisation, rationalisation and distribution of training courses. The effect of some of these proposals may be to reduce the man training day (MTD) volume over the term of the contract, equally urgent operational requirements (UORs) and new equipments may cause an increase in training requirement. Proposals are also invited for the transfer of additional tasks to the new service provider where they rationalise activities across the training sites and thereby deliver greater savings to the Authority. The subsequent implementation of any such proposals will be subject to value for money (VfM) and public sector comparator (PSC) assessments.
Collaborative working and flexibility.
The Authority is seeking a Contractor to work in a collaborative manner with military, MoD civil servants and other Contractor’s civilian staff in the delivery of training to armed forces personnel.
The Authority also wishes to agree flexible working arrangements that will meet the future needs of DCEME. These may include incentivisation provisions to share the benefits of joint endeavours that achieve better cost effectiveness and efficiency gains whilst improving the quality of delivery.
Proposed contracting and procurement strategy.
The proposed contract will be based on a statement of requirement which adopts an output based approach (where practicable) with key performance indicators to measure satisfactory performance. Procurement will be conducted in accordance with the Defence and Security Public Contracts Regulations 2011 under competitive negotiated procedure.
The MOD is planning to award this contract in July 2013 for commencement on 1.1.2014. Companies expressing an interest may be subject to a pre-qualification questionnaire (PQQ) from which a minimum of 3 down selected bidders will be chosen and then subsequently invited to provide full tender responses.
Description of these options: Options to extend contract for a further 2 years.
Section III: Legal, economic, financial and technical information
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
(a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) A list of the principal deliveries effected or the main services provided in the past 3 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.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(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.
All information shown as being required in Sections 111.2.2 & 111.2.3 will be requested at the PQQ phase of the project.
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
Objective criteria for choosing the limited number of candidates: Best qualified tenderers that meet the minimum pre-qualification standards.
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.
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. GO Reference: GO-201231-DCB-3750313.
VI.5)Date of dispatch of this notice:1.3.2012