Tender

Soldier Development: Instruction for Basic Training (Adventurous training)

  • Ministry of Defence

F02: Contract notice

Notice identifier: 2024/S 000-036774

Procurement identifier (OCID): ocds-h6vhtk-049db4

Published 13 November 2024, 5:04pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence

Belnhiem Building, Marlborough Lines, Monxton Road

Andover

SP11 8HT

Contact

Georgina Overton

Email

army-comrcl-complex-proc-mailbox@mod.gov.uk

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

www.army.mod.uk

Buyer's address

www.army.mod.uk

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/go/216907980193265F78F7

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/ogc-host/public/mod/web/login.html?VISITORID=92453d51-1228-4fa0-8460-e562d67e54dc&_ncp=1731516440410.183905-1

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://contracts.mod.uk/go/26142215019326554D25

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

Soldier Development: Instruction for Basic Training (Adventurous training)

Reference number

711013450

two.1.2) Main CPV code

  • 80511000 - Staff training services

two.1.3) Type of contract

Services

two.1.4) Short description

Soldier Development is the Adventurous Training element of the Basic Training Standard Entry course. It is embedded within the Common Military Syllabus (Future Soldier). The purpose of Soldier Development is to stimulate individual behaviours developing physical and mental robustness of the Recruit which underpin the Army Leadership Code, by exposing them to rigorous outdoor environments infused with controlled risk.

To maintain uninterrupted training, Soldier Academy Headquarters is seeking a contracted solution to deliver Soldier Development instruction and the associated support at Soldier Development Wings (SDW) Halton and Sennybridge.

two.1.5) Estimated total value

Value excluding VAT: £9,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 80511000 - Staff training services
  • 80570000 - Personal development training services

two.2.3) Place of performance

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

Soldier Development Wing Sennybridge- Brecon Beacons

Soldier Development Wing Halton- Lake District

two.2.4) Description of the procurement

The recruits attending will be Army recruits generally in their BT(SE) (Basic Military Training). They will have an understanding of some of the basic military skills such as Weapon Handling, Drill, Military Discipline and Physical Development.

2.1 The instruction is embedded within the common military syllabus (CMS). This currently consists of 4 days at either SDW(H) or SDW(S) where they are exposed to a climate of achievement and self-development through Type 1 Adventurous Training (AT). Recruits are exposed to controlled risk, in a challenging and often austere outdoor environment where the perceived risk to life is real.

The Service Provider is required to deliver:

Delivery of AT to recruits undertaking BT (SE) in the Army at SDW(H) and SDW(S), including the management of equipment and transport of recruits to and from activities. This

Operations Manager: Responsible for planning and managing the weekly training programme, overseeing contracted staff resources, ensuring currency and competency of instructional staff, managing fixed contract staff responsibilities, overseeing staff Continuing Professional Development (CPD), recruitment, pay, staff reporting, conducting training delivery, and conducting PPE checks/conditioning boards. The Operations Manager is required to hold Disclosure and Barring Service (DBS) certificate and have completed an ALeRT course and Present Assess Review (PAR) course.

Training Moderators: Deputise for the Ops manager, conduct training moderations on contractual staff, facilitate staff CPD, deliver training when required, and aid with stores work when necessary.

Instructors: Responsible for training delivery and supporting with stores work as needed.

Senior Storekeeper: Accountable for issuing and maintaining all essential clothing and equipment, as well as managing safety and accountability checks on a monthly, quarterly, and annual basis. Senior Storekeepers are required to hold a DBS certificate and a Personal Protective Equipment qualification.

Storekeeper: Responsible for issuing, accounting for, and maintaining all essential clothing and equipment. Storekeepers are required to hold a DBS certificate and Personal Protective Equipment qualification

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: £9,400,000

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

Start date

1 April 2025

End date

31 March 2027

This contract is subject to renewal

Yes

Description of renewals

This contract is subject to 2x1 year option years. The value of these option years has been included in the value assigned to this notice.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Option years 2 x 1 Year

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Participation in the ITT is subject to passing the SAQ.

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 see terms and conditions contained within the ITT.


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: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2024/S 000-030641

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

Date

18 December 2024

Local time

6:00pm

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

17 December 2024

Local time

6:01pm


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

MOD Main Building

London

SW1A 2HB

Country

United Kingdom

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

Ministry of Defence

MOD Main Building, Whitehall

London

SW1A 2HB

Country

United Kingdom