Opportunity

The Provision of Apprenticeship Training to Soldiers of the British Army though Service Provider Contracts under the Army Apprenticeship Programme.

  • Ministry of Defence

F02: Contract notice

Notice reference: 2022/S 000-023179

Published 19 August 2022, 4:36pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Army HQ, Zone 0.A, Ground Floor, Blenheim Building, Monxton Road

Andover

SP11 8HJ

Contact

Jennie Rasey

Email

jennie.rasey435@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.contracts.mod.uk

one.3) Communication

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

https://www.contracts.mod.uk/go/323166440182B14411AF

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.contracts.mod.uk/go/323166440182B14411AF

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

The Provision of Apprenticeship Training to Soldiers of the British Army though Service Provider Contracts under the Army Apprenticeship Programme.

Reference number

704841450

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The Army Apprenticeship Programme (AAP) delivers apprenticeship training to Soldiers of the British Army. The Authority is seeking Service Providers to support delivery of the apprenticeship qualifications covered by Lots 1 to 4. The Contract duration will be 6 years from 01 August 2023 for each Lot (Subject to continued provision of apprenticeship levy or Education & Skills Funding Agency (ESFA) funding).

There will be no Option Periods.

For further details please refer to document 20220818-704841450_DPQQ_Cover_Note

two.1.5) Estimated total value

Value excluding VAT: £108,000,000

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: 2

two.2) Description

two.2.1) Title

Lot 1 – The Delivery of Apprenticeships to the Royal Engineers (RE)

Lot No

704841450.1

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Please refer to document:

20220819-704841450_LOT1_RE__Schedule_1_SOR_DPQQ_DRAFT_O

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: £16,000,000

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

Start date

1 August 2023

End date

31 July 2029

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: 6

Objective criteria for choosing the limited number of candidates:

During the PQQ stage, the intention is to arrive at a Short List of up to 10 qualified Potential Providers for formal invitation to tender as applicable to the procurement process against the requirement.

The criteria applied for the selection of tenderers are:

a. the mandatory and discretionary grounds for exclusion relating to the personal situation of the Potential Provider;

b. the objective and non-discriminatory selection criteria used to reduce the number of Potential Providers to the minimum stated above; and

c. any scoring methodology (e.g. marks and weightings) used to evaluate the returned PQQs.

Please refer to the PQQ for full selection criteria.

The highest scoring Potential Providers (minimum of two (2) and a maximum of six (6)), who have passed all PASS/FAIL questions will be taken through to ITT stage.

The Authority will advise who has been invited to tender for the contract.

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) Description

two.2.1) Title

Lot 2 – The Delivery of Apprenticeships to the Infantry (INF)

Lot No

704841450.2

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Please refer to document:

20220819-704841450_LOT2_INF__Schedule_1_SOR_DPQQ_DRAFT_O

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: £32,000,000

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

Start date

1 August 2023

End date

31 July 2029

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: 6

Objective criteria for choosing the limited number of candidates:

During the PQQ stage, the intention is to arrive at a Short List of up to 10 qualified Potential Providers for formal invitation to tender as applicable to the procurement process against the requirement.

The criteria applied for the selection of tenderers are:

a. the mandatory and discretionary grounds for exclusion relating to the personal situation of the Potential Provider;

b. the objective and non-discriminatory selection criteria used to reduce the number of Potential Providers to the minimum stated above; and

c. any scoring methodology (e.g. marks and weightings) used to evaluate the returned PQQs.

Please refer to the PQQ for full selection criteria.

The highest scoring Potential Providers (minimum of two (2) and a maximum of six (6)), who have passed all PASS/FAIL questions will be taken through to ITT stage.

The Authority will advise who has been invited to tender for the contract.

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) Description

two.2.1) Title

Lot 3 – The Delivery of Apprenticeships to the Royal Artillery (RA) and Army Air Corps (AAC)

Lot No

704841450.3

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Please refer to document:

20220819-704841450_LOT3__RA_AAC_Schedule_1_SOR_DPQQ_DRAFT_O

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: £14,000,000

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

Start date

1 August 2023

End date

31 July 2029

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: 6

Objective criteria for choosing the limited number of candidates:

During the PQQ stage, the intention is to arrive at a Short List of up to 10 qualified Potential Providers for formal invitation to tender as applicable to the procurement process against the requirement.

The criteria applied for the selection of tenderers are:

a. the mandatory and discretionary grounds for exclusion relating to the personal situation of the Potential Provider;

b. the objective and non-discriminatory selection criteria used to reduce the number of Potential Providers to the minimum stated above; and

c. any scoring methodology (e.g. marks and weightings) used to evaluate the returned PQQs.

Please refer to the PQQ for full selection criteria.

The highest scoring Potential Providers (minimum of two (2) and a maximum of six (6)), who have passed all PASS/FAIL questions will be taken through to ITT stage.

The Authority will advise who has been invited to tender for the contract.

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) Description

two.2.1) Title

Lot 4 – The Delivery of Apprenticeships to the Royal Electrical and Mechanical Engineers (REME)

Lot No

704841450.4

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Please refer to document:

20220819-704841450_LOT4_REME__Schedule_1_SOR_DPQQ_DRAFT_O

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: £46,000,000

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

Start date

1 August 2023

End date

31 July 2029

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: 6

Objective criteria for choosing the limited number of candidates:

During the PQQ stage, the intention is to arrive at a Short List of up to 10 qualified Potential Providers for formal invitation to tender as applicable to the procurement process against the requirement.

The criteria applied for the selection of tenderers are:

a. the mandatory and discretionary grounds for exclusion relating to the personal situation of the Potential Provider;

b. the objective and non-discriminatory selection criteria used to reduce the number of Potential Providers to the minimum stated above; and

c. any scoring methodology (e.g. marks and weightings) used to evaluate the returned PQQs.

Please refer to the PQQ for full selection criteria.

The highest scoring Potential Providers (minimum of two (2) and a maximum of six (6)), who have passed all PASS/FAIL questions will be taken through to ITT stage.

The Authority will advise who has been invited to tender for the contract.

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

List and brief description of conditions

Please refer to the DPQQ document: 20220817-704841450_DPQQ_Technical_Questions_and_ROR-OSC (once completed)

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

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the document:

20220819-704841450_Terms_and_Conditions_DRAFT_OS


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

Date

1 September 2022

Local time

5:00pm

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

4 October 2022

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: 6 (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.3) Additional information

The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement.

six.4) Procedures for review

six.4.1) Review body

Pers Pol Response Review Panel

c/o Army Commercial, Army HQ, Zone 0.A, Ground Floor, Blenheim Building, Monxton Road

Andover

SP11 8HJ

Country

United Kingdom