Opportunity

Provision of External inspections of MOD Schools and settings

  • Ministry of Defence

F02: Contract notice

Notice reference: 2024/S 000-009722

Published 25 March 2024, 6:00pm



The closing date and time has been changed to:

3 May 2024, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Army Headquarters, Ramillies Bldg, Marlborough Lines, Monxton Road, Andover, Hants

Andover

SP11 8HT

Email

tom.shields102@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/government/organisations/ministry-of-defence

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://contracts.mod.uk/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/go/11497092018CFD85BC32

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

Provision of External inspections of MOD Schools and settings

Reference number

709880452

two.1.2) Main CPV code

  • 75121000 - Administrative educational services

two.1.3) Type of contract

Services

two.1.4) Short description

Defence Children Services is responsible for the education delivery and care of Service children and the children of entitled MOD civilian staff at 21 schools and settings around the world. External inspections of DCS schools and settings are to be conducted in accordance with the DfE Standards issued in November 2016 and must be carried out by a provider registered with and approved by the DfE to inspect overseas schools under the BSO Scheme.

Inspections of each school and setting are to be scheduled for every three years and must be conducted during term-time and within school or setting hours. The inspections must determine whether each school or setting’s performance meets all the standards, and the inspection report must cover:

• The extent to which the standards are met;

• The quality of education or care being provided;

• The distinctiveness of each school;

• Whether there is evidence that local requirements are being met;

• Whether the school is providing a British education that has similar characteristics to an education in an independent school in England in terms of its ethos, curriculum, teaching, care for pupils and pupils’ achievements;

• Whether the school is providing their pupils with the skills and qualifications they need to enter and re-enter the British education system.

Successful applicants that pass the SQ/PQQ stage will be invited to tender.

two.1.5) Estimated total value

Value excluding VAT: £750,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

Please note the performance of this contract will take place in various locations overseas.

Brunei,

Falkland Islands,

The Netherlands,

Germany,

Italy,

Belgium,

Cyprus,

Gibraltar.

two.2.4) Description of the procurement

Please refer to the short description at II.1.4 of this notice, for the full detailed requirement please see Annex A to Schedule 2 Statement of Requirements.

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: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

120

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 2

Maximum number: 10

Objective criteria for choosing the limited number of candidates:

Confirmation of registration with and approved by the DfE to inspect overseas schools under the BSO Scheme.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

An additional 4 options to extend the contract beyond the initial 2 year term. Each option is 2 years in length.

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Registered with and approved by the DfE to inspect overseas schools under the BSO Scheme.

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

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

26 April 2024

Local time

12:00pm

Changed to:

Date

3 May 2024

Local time

12:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

6 May 2024

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)


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 invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Ministry of Defence

Andover

SP11 8HJ

Country

United Kingdom