Provide Internal Army Surveys to Ministry of Defence
Personnel Capability Survey and Research Assistance Contract.
United Kingdom-Glasgow: Survey services
2016/S 102-181548
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Rm 2.1.02, Kentigern House
Glasgow
G2 8EX
UNITED KINGDOM
E-mail: DefComrclCC-HOCSBGrad-GLA@mod.uk
NUTS code: UKJ33
Internet address(es):Main address: https://www.gov.uk/government/organisations/ministry-of-defence
I.3)Communication
Rm 2.1.02
Glasgow
G2 8EX
UNITED KINGDOM
E-mail: DefComrclCC-HOCSBGrad-GLA@mod.uk
NUTS code: UKJ33
Internet address(es):Main address: https://www.gov.uk/government/organisations/ministry-of-defence
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Personnel Capability Survey and Research Assistance Contract.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Survey design, implementation and analysis.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
Hampshire CC.
II.2.4)Description of the procurement:
Background.
1. The Army has been conducting Continuous Attitude Surveys (CAS) for over 20 years. Their aim is to determine the attitudes of Serving Personnel and their families in a number of areas with a view to providing scientifically robust evidence to guide those responsible for forming and implementing Army policy. Occupational Psychologists within Directorate of Personnel Capability (DPersCap) undertake the surveys on behalf of the Army. All 3 CAS surveys are tri-Service and this contract is to assist in the delivery of the Army only element. In addition, these surveys are Official Statistics and any reporting needs to be within the code of best practice for Government Statistical Service. This contract is to assist DPersCap to conduct research on behalf of the Army and to allow for high quality exploitable evidence to be produced. It is necessary to have an extra-mural organisation under contract to conduct certain aspects of this work.
2. DPersCap requires extra-mural specialist support to conduct and fulfil all requirements listed below for 1 year with the additional requirement of allowing yearly contract reviews with the potential to extend for a maximum of a 3 year extension after the initial first year, totalling a maximum of 4 years.
Requirement.
Internal Army (self-generated) Surveys.
3. A provision is to be made to allow additional surveys to be generated under direction from DPersCap Staff. These surveys are to be administered on an ongoing basis as and when required, and are to be administered via a paper based/postal, web-based questionnaire or by other means available to the contractor i.e. app based survey as required. Surveys will be of various lengths and themes and should be made available via a secure and easy accessible system to as many Service Personnel and families as possible for completion.
Volunteer Reserves Continuous Attitude Survey.
4. The survey is to be administered to a sample of up to 12 000 Army Reservists to gain their views and attitudes towards life in the Reserves Force. The survey is to be administered annually, via a paper-based/postal questionnaire, which is returned by post directly to the contractor. If requested by DPersCap, it is also to be made accessible via a web-based questionnaire to be developed by the contractor.
Families Continuous Attitude Survey (FAMcas).
5. The survey is to be administered to a representative sample of Spouses/Civil Partners of serving personnel to gather attitudes and opinions regarding their experience of Service life. The survey is to be administered annually to approximately 12 000 Service personnel for onward dissemination to their spouses. The survey is to be administered via a paper based/postal questionnaire which is returned by post directly to the contractor. If requested by DPersCap, it is also to be made accessible via a web-based questionnaire.
Armed Forces Continuous Attitude Survey (AFcas).
6. The survey is to be administered by Defence Statistics. The requirement is for a contractor to analyse the findings from an SPSS database of coded results, which will be provided. There is a requirement for an annual report to be produced.
Sexual Harassment Survey.
8. The survey is to be administered to a representative sample of Service Personnel, both male and female to gather attitudes, opinions and any experience of sexual harassment in the Army. The survey is to be administered annually to approximately 25 000 Service Personnel. The survey is to be administered via a paper based/postal questionnaire, which is returned by post directly to the contractor. If requested by DPersCap, it is to be made accessible via a web-based questionnaire.
Full details are found in the attached documentation.
II.2.5)Award criteria
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
3 x 1 year options for extension.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.3)Information about staff responsible for the performance of the contract
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.2.4)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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
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 https://www.contracts.mod.uk/delta 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: 35A299U5WJ. Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is 23.6.2016 15:00. Please ensure that you allow yourself plenty of time when responding to this invite 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 call 0800 282 324.
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. 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: 35A299U5WJ.
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 0800 282 324.
GO Reference: GO-2016523-DCB-8250171.
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. 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: 35A299U5WJ.
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 0800 282 324.
GO Reference: GO-2016523-DCB-8250238.
VI.4.1)Review body
Glasgow
G2 8EX
UNITED KINGDOM
VI.5)Date of dispatch of this notice:
Related Posts
Contract for Press Cuttings Service
Maintaining and Supporting the National Household Model
Research Consultancy Services for Queen’s University Belfast
Supply of Visitor Survey Services