MOD Network Design Training Tender
The up to 27 days/yr is expected to be split as follows: 1 x 15 day course split into 2 distinct areas: 3 days link 16 Intermediate Refresher (IR) training.
United Kingdom-High Wycombe: Computer training services
2019/S 140-344957
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Nimrod Building, No 3 Site, RAF High Wycombe
High Wycombe
HP14 4UE
United Kingdom
Telephone: +44 1494494356
E-mail: simon.bratchell643@mod.gov.uk
NUTS code: UKJ13
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Provision of Link 16 and Network Design Training for UK JDLMO
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The requirement is a firm price enabling contract for three (3) years (1.12.2019 — 30.11.2022) with a further two (2) 1 year options (1.12.2022 — 30.11.2023 and 1.12.2023 — 30.11.2024).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Buckinghamshire CC.
II.2.4)Description of the procurement:
Description of procurement: the UK Joint Data Link Management Organisation (JDLMO) is the sole UK authority on the planning, design, coordination, management and execution of data links activities in support of National, NATO and Coalition operations within the UK and out of area. To deliver these outputs the JDLMO is dependant on extremely specialized and highly qualified staff within the data link domain. To ensure that its personnel have these necessary skill sets the JDLMO provides a variety of trg tailored to meet its particular requirements.
The up to 27 days/yr is expected to be split as follows:
— 1 x 15 day course split into 2 distinct areas: 3 days link 16 Intermediate Refresher (IR) training followed by a 12 day Data Link Manager/Interface Control Officer (DLM/ICO) training to include network design, planning and management training,
— additionally up to 12 days training to be used at the authorities’ discretion to cover subjects including, but not limited to, in depth Network Design training, in depth JREAP training suited to the software used on the JREAP Common Access Point (CAP) once in service and in depth Variable Message Format (VMF) training.
The Cyber Essentials DCPP (Defence Cyber Protection Partnership) internet based Cyber Security Model Risk Assessment has been completed by the RAF User (the customer), thus the Cyber Risk of this requirement is classified as Very Low’. If your company is subsequently invited to tender then your tender must include the completion of the ‘Supplier Assurance Questionnaire’ via the internet based DCPP Cyber Security Model online link: https://suppliercyberprotection.service.xgov.uk/
This is to demonstrate a supplier’s compliance with the required cyber risk level. More information will be published with regards to this process, the evaluation criteria and how to access the information/website once the tender documentation is live.
Off payroll (manpower based) contracts — Mandatory tax arrangements of public appointees:
— the off payroll rules (Intermediaries Legislation — IR35) for working in the Public Sector are in place to ensure that where a worker would have been an employee if they were providing their services directly, they are broadly paying the same tax and National Insurance Contributions (NICs) as an employee,
— the Authority has decided that the provision of this service is out of scope of this legislation, for this particular requirement.
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
Objective criteria for choosing the limited number of candidates:
— the Authority will use the PQQ response to create a shortlist of tenders who are eligible to participate; fulfill any minimum economic, financial, professional and technical standards, and
— best meet in terms of capacity and capability the selection criteria set out in this PQQ. Full details of the method of choosing the tenders are set out in the PQQ. It is the intention to down select to between approximately 2 and 6 highest scoring suppliers who will be invited to tender, providing they meet the overall percentage pass mark of 60 %, do not score any lower than 2 points and receive a pass in any pass/fail questions within the PQQ. If the supplier scores below 2 in any of the questions or receives a fail in a pass/fail question then they will automatically fail the evaluation and will not be invited to participate any further.
II.2.10)Information about variants
II.2.11)Information about options
Two (2) 1 year options (1.12.2022 — 30.11.2023 and 1.12.2023 — 30.11.2024).
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)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:
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
GO Reference: GO-2019718-DCB-15116829
VI.4.1)Review body
Nimrod Building, No 3 Site
High Wycombe
HP14 4UE
United Kingdom
Telephone: +44 1494494356
VI.5)Date of dispatch of this notice: