Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Ministry of Defence
Army Headquarters, Ramillies Bldg, Marlborough Lines, Monxton Road, Andover, Hants
Andover
SP11 8HT
UK
E-mail: tom.shields102@mod.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/government/organisations/ministry-of-defence
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://contracts.mod.uk/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://contracts.mod.uk/go/11497092018CFD85BC32
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Defence
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of External inspections of MOD Schools and settings
Reference number: 709880452
II.1.2) Main CPV code
75121000
II.1.3) Type of contract
Services
II.1.4) Short description
Defence Children Services is responsible for the education delivery and care of Service children and the children of entitled MOD civilian staff at 21 schools and settings around the world. External inspections of DCS schools and settings are to be conducted in accordance with the DfE Standards issued in November 2016 and must be carried out by a provider registered with and approved by the DfE to inspect overseas schools under the BSO Scheme.
Inspections of each school and setting are to be scheduled for every three years and must be conducted during term-time and within school or setting hours. The inspections must determine whether each school or setting’s performance meets all the standards, and the inspection report must cover:
• The extent to which the standards are met;
• The quality of education or care being provided;
• The distinctiveness of each school;
• Whether there is evidence that local requirements are being met;
• Whether the school is providing a British education that has similar characteristics to an education in an independent school in England in terms of its ethos, curriculum, teaching, care for pupils and pupils’ achievements;
• Whether the school is providing their pupils with the skills and qualifications they need to enter and re-enter the British education system.
Successful applicants that pass the SQ/PQQ stage will be invited to tender.
II.1.5) Estimated total value
Value excluding VAT:
750 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UK
Main site or place of performance:
Please note the performance of this contract will take place in various locations overseas.
Brunei,
Falkland Islands,
The Netherlands,
Germany,
Italy,
Belgium,
Cyprus,
Gibraltar.
II.2.4) Description of the procurement
Please refer to the short description at II.1.4 of this notice, for the full detailed requirement please see Annex A to Schedule 2 Statement of Requirements.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
750 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 2
Objective criteria for choosing the limited number of candidates:
Confirmation of registration with and approved by the DfE to inspect overseas schools under the BSO Scheme.
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
Yes
Description of options:
An additional 4 options to extend the contract beyond the initial 2 year term. Each option is 2 years in length.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Registered with and approved by the DfE to inspect overseas schools under the BSO Scheme.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
26/04/2024
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
06/05/2024
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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 VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Ministry of Defence
Andover
SP11 8HJ
UK
VI.5) Date of dispatch of this notice
25/03/2024