Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of External inspections of MOD Schools and settings

  • First published: 26 March 2024
  • Last modified: 26 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-044cb1
Published by:
Ministry of Defence
Authority ID:
AA76012
Publication date:
26 March 2024
Deadline date:
26 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
75121000 Administrative educational services Administrative services of agencies

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
tom.shields102@mod.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.