Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
RAF Cosford, Flowerdown Hall
Wolverhampton
WV7 3EX
Contact
Julie Harris
Telephone
+44 3001585513
Country
United Kingdom
Region code
UKG39 - Wolverhampton
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
704581455 - The Provision of a Personal Support & Social Work Service
two.1.2) Main CPV code
- 85310000 - Social work services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority has a requirement to award a contract for the Provision of a Personal Support and Social Work Service. This opportunity seeks to attract interested organisations with the aim of establishing a five-year contract with two x twelve 12-month option years.
With the effectiveness of the RAF being dependent on the wellbeing of personeel and their families, the service provision required aims to provide a range of support services to the RAF Community (regular, reserves and families) in the UK. The services required will need to support families who are perhaps isolated due to being posted to remote locations, assistance, and support to deal with issues such as mental health, grief, domestic abuse to support all RAF personnel and their families at a time when situation faced in life become both overwhelming and challenging.
Further information about the requirement can be found in the Statement of Requirement attached to the Opportunity on the Defence Sourcing Portal.
two.1.5) Estimated total value
Value excluding VAT: £25,045,284
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85312310 - Guidance services
- 85312320 - Counselling services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
RAF bases - UK
two.2.4) Description of the procurement
In order to participate in this tender event, suppliers must register for an account with the Defence Sourcing Portal (DSP). Please look out for the “Supplier Registration” link which can be found on the home page of the portal.
Interested suppliers are required to complete the Pre-Qualification Questionnaire (PQQ) to provide the Authority with information to evaluate the supplier's capacity and capability against the selection criteria.
The Authority will use the PQQ response to create a shortlist of Potential Providers who:
(1) are eligible to participate;
(2) fulfil any minimum economic, financial, professional, and technical standards; and
(3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the PQQ.
Each of the five questions has been awarded a percentage rating which will total 100. Potential providers will be scored using the following criteria against each question
PQQ Scoring Mechanism
SCORE DESCRIPTION
4 = 100% Excellent - The Potential Provider has answered the question clearly and comprehensively. The response provides a high level of confidence.
3 = 70% Good - The Potential Providers response has answered the question clearly and provides a good level of confidence.
2 = 30% Satisfactory – The Potential Provider has provided an acceptable response to the question that just meets the basis requirements.
1 =10% Poor – The Potential Provider has answered some of the question but not all elements which represents a risk that the Potential Provider does not have the capacity and capability to deliver the requirement.
0 = 0% No Answer – The Potential Provider has failed to provide a response.
The evaluation will be conducted by a team of SME’s comprising of the requirement owners. Each evaluator will score the responses individually. These scores will be added together to achieve a total question score. A weighted score approach means that each score attributed to a question is multiplied by the weighting factor.
For example, where a potential provider has been awarded a set of scores by each evaluator, they will be added together to achieve a total score for each question. Question 1 if it carried a weighting of 40% would be evaluated as follows;
Q1 - Weighting 40%
Evaluator 1 - 4
Evaluator 2 - 3
Evaluator 3 - 4 = 11 x 40% = 4.4
It is the Authority’s intention to down select to a maximum of 10 of the highest scoring suppliers who will be invited to tender providing they meet the minimum acceptable score of 2 = 30% for each question. If a Potential Provider obtains a score of 1 = 10% or below for any question, then they will automatically fail the evaluation and will not be invited to participate any further.
Once all evaluators have completed their evaluations, a moderation exercise will be undertaken. The moderation will review any disparities between the markings awarded by the evaluators to ensure that the information provided has been scored in accordance with the scoring criterion.
Where the moderation determines that a Potential Provider’s response is found to have areas of minor uncertainty the evaluators may request, via the relevant Commercial Officer, a Clarification Question (CQ) to be raised. On the return of the response of the CQ by the Potential Provider, the evaluators will re-evaluate the response in a reiteration of the Pre Qualifying Evaluation Process detailed above.
CQs will only be raised if there seems to be areas of minor misunderstanding as to the meaning of the response by the evaluators or where the evaluators perceive there to have been a genuine mistake by the Potential Provider. Where a Tenderer has not submitted a response, omits responses to criteria, or has failed to provide a clear and comprehensive response then a CQ will not be raised.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2029
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
Please refer to the information provided under section II.2.4 and as per the PQQ.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Authority is looking to award this contract with an option for two (2) further twelve (12) month periods.
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
A copy of the draft ITT has also been uploaded for your information. Please note that whilst the document is complete. Some sections may be subject to minor changes before being formally issued.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 May 2023
Local time
11:59pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
12 June 2023
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: Yes
Estimated timing for further notices to be published: 2028
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Ministry of Defence
High Wycombe
Country
United Kingdom