Section one: Contracting authority
one.1) Name and addresses
MOD
MP1.1 Navy Command Headquarters, Leach Building, Whale Island
Portsmouth
PO2 8BY
Telephone
+44 2392726807
Country
United Kingdom
NUTS code
UKJ31 - Portsmouth
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.gov.uk/contracts-finder
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Mental Health Awareness and Advanced Safeguarding Training
Reference number
701497374
two.1.2) Main CPV code
- 80511000 - Staff training services
two.1.3) Type of contract
Services
two.1.4) Short description
The Royal Fleet Auxiliary (RFA) requires Mental Health Awareness training for seafarers and for civilian staff who support seafarers. The course should up to two days in duration and include training to increase awareness and knowledge of self-harming, suicide, bereavement and loss. This training is aimed at all ranks and grades within the RFA Service. Full statement of requirement available at https://www.gov.uk/contracts-finder
two.1.5) Estimated total value
Value excluding VAT: £266,026
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 80511000 - Staff training services
two.2.3) Place of performance
NUTS codes
- UKJ32 - Southampton
Main site or place of performance
Southampton
two.2.4) Description of the procurement
The Royal Fleet Auxiliary (RFA) requires Mental Health Awareness training for seafarers and for civilian staff who support seafarers. The course should up to two days in duration and include training to increase awareness and knowledge of self-harming, suicide, bereavement and loss. This training is aimed at all ranks and grades within the RFA Service.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £222,026
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
8 March 2021
Local time
9:00am
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 March 2021
Local time
9:01am
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.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.dcocontracts.mod.uk
Off payroll working rules (IR35) do not apply to this engagement.
A Cyber Risk Assessment is Not Applicable to this requirement.
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.dcocontracts.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: 32766Y44GJ.
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 (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@dcocontracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-202122-DCB-17733864
six.4) Procedures for review
six.4.1) Review body
MoD
Portsmouth
Telephone
+44 2392726807
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
MoD
Portsmouth
Telephone
+44 2392726807
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
MoD
Portsmouth
Telephone
+44 2392726807
Country
United Kingdom