Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence
Belnhiem Building, Marlborough Lines, Monxton Road
Andover
SP11 8HT
Contact
Georgina Overton
army-comrcl-complex-proc-mailbox@mod.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
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
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