Security Training for Ministry of Defence
Provision of Training for Regulated Air Cargo Security (RACS) and X-ray Operator Competency Tests.
United Kingdom-Ruislip: Technical training services
2014/S 247-436486
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Ministry of Defence, Agencies/Misc
HQ BFPO, West End Road
Contact point(s): Commercial Manager
For the attention of: Terry Byfield
HA4 6DQ Ruislip
UNITED KINGDOM
Telephone: +44 2085893376
E-mail: terence.byfield280@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)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
NUTS code UKI23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 153 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
80531200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
i. Air Cargo Security Known Consignor (Levels A, D, E, F, G, and including X-ray);
ii. Cargo NXCT.
Training will be role specific, namely:
i. Level A — Security Awareness (Min level);
ii. Level D — Min level for mail driver, courier, handler (Includes level A);
iii. Level E — Min level for X-ray screening Operator (Includes levels A & D);
iv. Level F — Supervisor (includes levels A, D & E);
v. Level G — Security Manager (Includes levels A, D, E & F).
The training courses will be ‘pass or fail’ with the broad format of ongoing individual requirement being:
i. On-site, classroom style, new entrant full modular training — Levels A to G;
ii. On-site, classroom style, modular bi-annual refresher training — Levels A to G;
iii. Annual, on-site, National X-ray Competence Test (NXCT) — Levels E to G;
iv. Monthly, on-line, Image Recognition Training (6 hours in 6 months) — Levels E to G.
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions: Electronic Trading.
Suppliers must note the mandatory requirement for electronic trading using the Authority’s standard Purchase to Payment (P2P) system operating under the Defence Electronic Commerce Service, which shall be a special condition for the performance of any contract. You can find details on the P2P system at www.d2btrade.com
Any Contractor shall be required to sign DEFFORM 30 (Electronic Transaction Agreements) and unconditionally accept DEFCON 5J (Unique Identifiers), DEFCON 129J (The Use of Electronic Business Delivery Form); and DEFCON 522J (Payment under P2P).
Please note that the requirement to which this Notice relates comes under Logistics Commodities and Services (LCS), formed on 1.8.2011. LCS is determining the future strategy for all commodities and services within its remit and may in the future place a contract for the supply of services which may include the provision of services which are covered by this notice. In this event the Authority may satisfy its requirement from the LCS service contract and no further orders will be placed against any framework arising from this notice. Alternatively the Authority may appoint a managing agent to operate the framework/contract arising from this notice; novate the framework/contract to a managing agent or third party; or assign the benefit of the framework/contract to a managing agent. Further details will be provided in the ITT.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
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.
Participation will be limited to those service providers that are approved by the DfT to provide both of the following categories of training:
i. Air Cargo Security Known Consignor (Levels A, D, E, F, G, and incluiding X-ray);
ii. Cargo NXCT.
All requests to participate must be accompanied by a statement confirming that the service provider is accredited as above.
III.2.2)Economic and financial ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.2)Information about European Union funds
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, and the contract will be awarded on the basis of the most economically advantageous tender. 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 lowest price 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.
On 2.4.2014 the Government introduced its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this was 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 GO Reference: GO-20141218-DCB-6239518.
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, Agencies/Misc
HQ BFPO, West End Road
HA4 6DQ Ruislip
UNITED KINGDOM
Telephone: +44 2085893376
Body responsible for mediation procedures
Ministry of Defence, Agencies/Misc
VI.4.3)Service from which information about the lodging of appeals may be obtained
Ministry of Defence, Agencies/Misc
VI.5)Date of dispatch of this notice: