Tender

Provision of Foreign Language Training (FLT)

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2023/S 000-034094

Procurement identifier (OCID): ocds-h6vhtk-041ad4

Published 17 November 2023, 12:36pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Defence Academy, Room 13, Greenhill House, Faringdon Road

Shrivenham

SN6 8LA

Email

UKStratCom-Comrcl-JFD@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.da.mod.uk/

one.3) Communication

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

https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=57318

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=57318

Tenders or requests to participate must be submitted to the above-mentioned address

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

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 Foreign Language Training (FLT)

Reference number

708523451

two.1.2) Main CPV code

  • 80580000 - Provision of language courses

two.1.3) Type of contract

Services

two.1.4) Short description

The UK Ministry of Defence (MOD) Centre for Languages & Culture (DCLC) (‘the Authority’) requires the provision of Foreign Language Training (FLT) in support of Defence Engagement, Defence Intelligence and Operations. Effective language training is a critical enabler and DCLC ensures that students are trained to the necessary standards to perform their designated roles.

As part of the International Group, DCLC delivers language training in support of Defence outputs. This includes delivery of FLT to UK military personnel in preparation for roles within Defence Engagement, Defence Intelligence and Operations. DCLC is directly responsible for delivering critical foreign language capability to support operational readiness and meet military role requirements.

two.1.5) Estimated total value

Value excluding VAT: £12,800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training services

two.2.3) Place of performance

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

UK Defence Academy, Shrivenham

two.2.4) Description of the procurement

The UK Ministry of Defence (MOD) Centre for Languages & Culture (DCLC) (‘the Authority’) requires the provision of Foreign Language Training (FLT) in support of Defence Engagement, Defence Intelligence and Operations. Effective language training is a critical enabler and DCLC ensures that students are trained to the necessary standards to perform their designated roles.

As part of the International Group, DCLC delivers language training in support of Defence outputs. This includes delivery of FLT to UK military personnel in preparation for roles within Defence Engagement, Defence Intelligence and Operations. DCLC is directly responsible for delivering critical foreign language capability to support operational readiness and meet military role 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: £6,400,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

Intention to re-let

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

There is the potential of two optional years on a + 1 year + 1 year basis and based on performance and affordability considerations.

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

No conditions for participation - Open market competition

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

Conditions as stated in the procurement documents

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

5 January 2024

Local time

12:00pm

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

5 January 2024

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Please see tender documentation

six.4) Procedures for review

six.4.1) Review body

Cabinet Office

70 Whitehall, London

Greater London

SW1A 2AS

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Cabinet Office

70 Whitehall, London

Greater London

SW1A 2AS

Country

United Kingdom