A major piece of the SU’s remit is its ability to deploy personnel both bilaterally to HMG platforms and to multilateral platforms with the EU, UN, and NATO in an agile and flexible manner.
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Hostile Environment Training.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: South Lanarkshire.
NUTS code UKM38
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Stabilisation Unit (SU) is the Government’s centre of expertise and best practice in stabilisation. Set up to respond to the complex challenges of fragile and conflict afflicted states, it is a uniquely integrated civil-military operational unit, designed to be agile and responsive and well-equipped to operate in high threat environments. It combines in-house staff expertise with the ability to draw on a larger pool of civilian expertise for specialised, longer term or larger scale takings to work with countries on conflict, stabilisation and security issues. The Unit reports to the National Security Council and has a core staff from 12 government departments, police and 3 military services, many of whom join the unit on secondment on a 2 to 3 year basis. As part of the SU’s unique role to deploy to FCAS states, the SU requires all personnel selected for deployment on behalf of Her Majesty’s Government (HMG) to undertake specific pre-deployment training, currently for over 350 personnel a year. The appropriate selection, training and accreditation of suitable personnel is integral to the SU’s ability to mitigate the foreseeable risks that its deployees may face in fragile and conflict affected environments around the world. A major piece of the SU’s remit is its ability to deploy personnel both bilaterally to HMG platforms and to multilateral platforms with the EU, UN, and NATO in an agile and flexible manner. The UK’s Stabilisation Unit (SU) is seeking partners to develop and manage a new training programme for deployees travelling and working in FCAS. The contract will be issued for 19 months initially. Suppliers are invited to complete the standard selection questionnaire, and a minimum of 5 and a maximum of 8 suppliers will then be invited to the 2nd stage.
II.1.6)Common procurement vocabulary (CPV)
75211200, 80000000, 80500000, 80510000, 80531200, 80550000, 80560000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
As defined in Terms of Reference.
II.2.2)Information about options
Options: yes
Description of these options: Possibility of extending the contract by an additional 24 months.
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Duration in months: 19 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The contract will be governed by English Law. All prices must be quoted in GBP and all payments under the contract will be made in GBP. DFID reserves the right to annul the process and not award the contract. DFID does not provide advance funding therefore suppliers will be required to pre-finance all programme activities before claiming reimbursement in arrears.
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
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
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 minimum number 5: and maximum number 8
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
7670
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
11.1.2017 – 14:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 11.1.2017 – 14:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Additional Information: Expressions of interest should be submitted via the DFID portal https://supplierportal.gov.uk/selfservice/ Draft Terms of reference and background documents can also be found at this website address. Prices quoted must be in Sterling and all payments under the contract will be made in sterling. The contract will be governed by English law. DFID reserves the right to annul the tendering process and not award the contract. From 1.4.2001 all UK development assistance has been fully untied which allows suppliers from anywhere in the world to bid for DFID contracts. Where circumstances require further extensions beyond the original contract duration/agreed extensions DFID will consider doing so by means of the negotiated procedure where necessary conditions are met.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.11.2016