Provision of Unit Welfare Officer Training Courses
Specialist training services. The Army Welfare Service (AWS) has a requirement for the provision of training courses primarily for Unit Welfare Officers / Warrant Officers, Regimental Operational Support Officers and Regimental Operational Support Warrant Officers for the TA.
UK-Andover: Training facilities building
2013/S 105-180163
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
DE&S Commercial, DE&S
Zone 8, Ramillies Bldg, Marlborough Lines, Hants
For the attention of: Kate Peploe
SP11 8HT Andover
UNITED KINGDOM
Telephone: +44 1264381774
E-mail: des-comrcl-cc-armyhq-proc1-d@mod.uk
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 27: Other services
NUTS code UKJ3
Part One Course – Provide up to fourteen, four and a half day courses per annum for up to 24 students. All meals, plus mid morning and afternoon coffee to be provided on site.
Part Two Course – Provide up to ten, two and a half day continuation courses per annum for up to 27 students. All meals, plus mid morning and afternoon coffee to be provided on site.
Welfare Staff Course – Provide up to seven, one and a half day courses in different Garrison areas throughout UK and Germany, the subjects would mirror some of those on the two UWO courses but target audience is JNCOs and civilian staff. The facility would be provided by the military as would the food and beverages for the students. The provider would need to travel to the locations to deliver the course. The aim is to provide appropriate knowledge, skills and develop the value base to enable Unit Welfare staff to carry out duties within their job descriptions. This contract will be a 2 year contract with a further 2 Options Years (the proposed contract may be extended at the sole discretion of the Authority). The provider will be required to provide the Part One & Part Two training Courses at a location within England, no further north than Easingwold, North Yorkshire. It would be likely that the Part One & Part Two training Courses would be residential training courses where the provider would be responsible for providing accommodation and all meals and refreshments throughout the day (breakfast, lunch, evening meal & morning and afternoon refreshments) however this will be confirmed at invitation to tender stage.
The closing date for Expressions of Interest (EOI) to be received by the Authority for this requirement is 1000 hrs on Monday 24.6.2013.
45214800, 79632000, 80000000, 80510000
Description of these options: This contract will be a 2 year contract with a further 2 Options Years (the proposed contract may be extended at the sole discretion of the Authority).
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Description of particular conditions: Details to be provided at tender stage.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
(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 three 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 five 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 three 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;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(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;
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Will be detailed within the PQQ document that will be issued to all who send an Expression of Interest (EOI) into the Authority.
Additional information about electronic auction: Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.
Section VI: Complementary 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, and the contract will be awarded on the basis of the most economically advantageous tender.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-2013530-DCB-4841073
DE&S Commercial, C&C
Body responsible for mediation procedures
DE&S Commercial, C&C
DE&S Commercial, C&C