Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
RAF Cosford, Flowerdown Hall
Wolverhampton
WV7 3EX
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
705564451 - Higher Education Institute Provision for Level 5 & 6 Accredited Courses
two.1.2) Main CPV code
- 80300000 - Higher education services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority has a requirement to award a four year Framework Agreement for the Provision of " Higher Education Institute Provision for Level 5 & 6 Accredited Courses". The Defence College of Technical is seeking to attract Higher Education Institutes to validate a variety of Training Streams across the breadth of the DCTT Schools these will include Aeronautical Engineering, Electronic Mechanical Engineering, Nuclear and Marine Engineering, and Communications and Information systems courses. The HEI will be required to work alongside School staff (Military, Mod Contractors and Civil Servants) and be flexible in their approach to mange the way in which training is already being delivered.
Further details of the requirement can be found in the Statement of Requirement attached to the Opportunity on the Defence Sourcing Portal at www.contracts.mod.uk
two.1.5) Estimated total value
Value excluding VAT: £840,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
two.2) Description
two.2.1) Title
Lot No
1, 2 ,3
two.2.2) Additional CPV code(s)
- 80300000 - Higher education services
two.2.3) Place of performance
NUTS codes
- UKK15 - Wiltshire CC
two.2.4) Description of the procurement
The Authority has a requirement to award a contract for
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: £840,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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: 5
Maximum number: 10
Objective criteria for choosing the limited number of candidates:
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.2.10) 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
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 a draft only and some information is in complete. Some sections may be subject to minor changes before being formally issued.
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
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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 June 2023
Local time
11:59pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
30 July 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: No
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
Ministry of Defence
Country
United Kingdom