Training Service to the Royal Navy and Royal Marines
Project Selborne will contract for the delivery of Naval Service Training.
United Kingdom-Portsmouth: Education and training services
2018/S 229-524937
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Project Selborne — To Provide a Training Service for Royal Navy and Royal Marines
HMS Nelson, Orion Block, Room 24, Queen Street
Contact point(s): Bryony Camp
PO1 3HH Portsmouth, Hampshire
United Kingdom
Telephone: +44 2392725903
E-mail: NAVYTRGHQ-SELBORNEMailbox@mod.gov.uk
Internet address(es):
General address of the contracting authority/entity: www.gov.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/entities
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 20: Training and simulation services in the fields of defence and security
Main site or location of works, place of delivery or of performance: Portsmouth
NUTS code UKJ31
II.1.5)Short description of the contract or purchase(s):
The Training Service to be delivered by the Contractor under this Contract represents the convergence of multiple legacy contracts, primarily FOAP(T), into a single arrangement for the integrated delivery of an end-to-end service for the training of Naval Service Personnel. These legacy contracts and activities vary and will be incrementally included into Selborne over the Contract Term. The Authority may incorporate all or part of the legacy contracts and/or in-house service provision.
The Authority intends to bring the legacy contracts and in-house service provision together into a single Contract to enable the Authority to transfer the management of such training services to a single Contractor and for the Contractor to improve Value for Money for the Authority, by exploiting commonality, coherence and synergies between training services to improve the quality and efficiency of service provision, and by giving the Contractor more scope to identify and implement opportunities for improvements and modernisation across wider Maritime Training.
The Contractor will also manage military assets, equipment, documentation, that will be supplied as Government Furnished Assets (GFA) and manage a cadre of Naval Service instructors as Government Furnished Resource (GFR).
II.1.6)Common procurement vocabulary (CPV)
80000000, 34152000, 80500000, 80521000, 80530000, 80531200, 80532000, 80570000, 80600000, 80610000, 80660000, 71540000, 98392000, 79993000
II.1.7)Information about subcontracting
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 500 000 000 and 2 000 000 000 GBP
II.2.2)Information about options
Description of these options: Additional Training Services including:
Move of the Submarine Training in HMS Raleigh to HMNB Clyde to form the Future Submarine School (FSS) relocating, modernising supporting the resulting training and equipment delivery and support in the new facility.
Provision of Training at Defence School of Marine Engineering (DSMarE) and the Royal Navy Aircraft Engineering and Survival School (RNAESS), currently located at HMS Sultan and the provision of planning and project management services to enable a relocation of RN training to support the Better Defence Estates Strategy outcomes.
These additional services may be added to the Selborne contract at the sole discretion of the Authority. The Authority reserves the right to contract for all or part of the additional services and/or legacy incoming contracts.
Further details on these contracts will be provided to successful candidates who are invited to participate in Dialogue.
Provisional timetable for recourse to these options:
in months: 144 (from the award of the contract)
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
Transfer of Undertaking (Protection of Employment) (TUPE) will apply, both from Contractor to Contractor and Civil Servants to Contractor. The Contractor will be required to provide relevant pension arrangements and execute associated contractual documentation.
The Contractor will be required to provide evidence of its insurance arrangements.
The Contractor will be required to execute contractual documentation regarding its occupational rights of relevant Authority premises.
III.1.5)Information about security clearance:
III.2.1)Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) 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 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) 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.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) 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 DSPCR 2011 Part 4, Selection of Economic Operators – Clause 23, Criteria for the rejection of economic operators; Clause 24, Information as to the economic and financial standing and Clause 25, Information as to technical and professional ability.
A declaration of good standing will be sought in the Dynamic Pre-Qualification Questionnaire (DPQQ).
III.2.2)Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply DSPCR2011 Part 4, Selection of Economic Operators – Regulations 24, Information as to economic and financial standing.
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: 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.
Where appropriate, a statement, covering the three previous financial years of the economic operator, of:
(i) the overall turnover of the business of the economic operator; and
(ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.
III.2.3)Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
The Authority will apply DSPCR2011 Part 4, Selection of Economic Operators – Regulation 23, Criteria for the rejection of economic operators; Regulation 24, information as to economic and financial standing and Regulation 25, Information as to technical and professional ability.
Minimum level(s) of standards possibly required
Further information will be included in the ITPD.
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
The Authority will apply DSPCR2011 Part 4 Selection of Economic Operators, Information as to technical and professional ability – Regulation 25.
Minimum level(s) of standards possibly required
Further information will be included in the ITPD.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The top three highest scoring candidates from the PQQ will be invited to participate in the Competitive Dialogue process.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
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
Prior information notice
Notice number in the OJEU: 2017/S 189-388097 of 29.9.2017
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information:
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
Intermediaries Legislation (IR35) – The Authority has determined that Project Selborne is “out of scope” of IR35 Legislation
Project Selborne will hold a Bidders Conference on 6.12.2018 at HMS Collingwood, Fareham. Further information will be communicated following the responses to this Contract Notice / DPQQ.
Outline Descriptive Document will be available in the data room 48 hours’ post publication of the notice in the OJEU.
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
Cyber Risk level is medium.
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: 9389PAPF95.
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-20181122-DCB-13598697
VI.4.1)Body responsible for appeal procedures
Ministry of Defence, C&C, Naval Authority Group
Gavin Marshall, Project Selborne, HMS Nelson, Orion Block, Room 24, Queen Street
PO1 3HH Portsmouth
United Kingdom
E-mail: NAVYTRGHQ-SELBORNEMailbox@mod.gov.uk
Telephone: +44 2392724175
VI.5)Date of dispatch of this notice: