MOD Information Technology Training Framework
A Framework to meet DE&S IMIT Training requirement.
United Kingdom-Bristol: Education and training services
2019/S 119-291887
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
MOD Abbey Wood South, NH1 #1261, Spruce 2B
Bristol
BS34 8JH
United Kingdom
Contact person: Corporate Commercial Team
Telephone: +44 3067962477
E-mail: DESTECH-Comrcl-TEAM@mod.gov.uk
NUTS code: UKK11
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Information Management and Information Technology Training Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A framework to meet DE&S IMIT Training requirement. This framework has 2 lots (accredited and professional). This will be a 3-year contract with the option to extend for 1 year. The estimated value for Lot 1 is 256 500 GBP Vat Ex and Lot 2 is 224 181 GBP Vat Ex.
II.1.5)Estimated total value
II.1.6)Information about lots
Bidders should bid against individual courses and there will be 1 preferred supplier per course rather than per lot.
II.2.1)Title:
Accredited Courses
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Bristol, City of.
II.2.4)Description of the procurement:
Lot 1 is a requirement for Accredited Courses. Please see courses below:
Lot 1: Accredited Courses.
Agile Certification.
Business Analysis.
CIPP/E and CIPM.
Enterprise and Solution Architecture.
ISTQB Software Testing.
ITIL Certifications.
Requirements Engineering.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
1 option year.
II.2.13)Information about European Union funds
II.2.1)Title:
Professional Courses
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South West (England).
II.2.4)Description of the procurement:
Lot 2 is a requirement for professional courses. Please see the courses below:
Lot 2: Professional Courses.
BSI ISO 27001 Certifications.
CISCO CCNA.
Data Protection Certification.
COGNOS and Business Intelligence.
NAFv4.
Power BI.
TOGAF and ArchiMate.
Certifications.
MS Exchange Server Core and SQL Server.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
1 option year.
II.2.13)Information about European Union funds
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
Contained within ITT Documentation.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
See ITT documentation.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
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
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Please ignore close date on this tender it is incorrect. The correct date is 4.7.2019, it was published correctly on contracts finder but there have been technical difficulties with the DCO.
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
GO Reference: GO-2019620-DCB-15013915
VI.4.1)Review body
MOD Abbey Wood (South) NH1 #1261, Spruce 2B
Bristol
BS34 8JH
United Kingdom
Telephone: +44 3067962477
E-mail: DESTECH-Comrcl-TEAM@mod.gov.uk
VI.4.2)Body responsible for mediation procedures
MOD Abbey Wood (South) NH1 #1261, Spruce 2B
Bristol
BS34 8JH
United Kingdom
Telephone: +44 3067962477
E-mail: DESTECH-Comrcl-TEAM@mod.gov.uk
VI.5)Date of dispatch of this notice: