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

Associate Trainer and Commercial Function Enhancement

  • First published: 16 November 2020
  • Last modified: 16 November 2020

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:
Published by:
Ministry of Defence, C&C, C&C
Authority ID:
AA78175
Publication date:
16 November 2020
Deadline date:
18 December 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The MOD Commercial Professionalism Programme (CPP) has selected the Defence Academy as its Delivery Partner for the Training and Education (T&E) work stream. However due to the significant level of the delivery requirement there is a need to enhance the in-house team, bringing in associate trainers with specialist knowledge commensurate with the CPP programme at practitioner and expert level.

Alongside the commercial requirement the BSC also requires the prime contractor to provide a cadre of associate trainers to assist with the design and delivery of courses in the P3M and finance functions. These associates will be supplied on a call-off basis to deliver on a demand-driven portfolio of courses. The associates will design, deliver and develop courses alongside the BSC training staff.

The authority requires associate trainers to design, develop and deliver courses alongside BSC staff. The courses will range from e-learning, awareness through to expert level training (in both classroom or virtual based delivery environment). Associate trainers will be required to support technology enhanced learning where applicable to the T&E Portfolio.

The associate training provider will deliver training on a 50/50 basis between physical and virtual training delivery.

The associates will be supplied on a call-off basis (with a minimum notice of 4 weeks) to deliver on a demand-driven portfolio of courses. The requirement for additional associate trainers at each level will be determined by demand moving forward except for the CPP for which the requirement for the commercial function enhancement, is laid out below. At Annex A.

The associate training provider will describe in detail how they intend to manage the associate database and ensure the right people are found to perform the required tasks and what process will be implemented to allow the authority to confirm associate trainers with the correct skills have been allocated to the task.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Ministry of Defence, C&C, C&C

Defence Academy of the United Kiingdom, Trenchard Building Room 103

Swindon

SN6 8LA

UK

Contact person: Andrew Hall

Telephone: +44 7584449184

E-mail: Andrew.hall453@mod.gov.uk

NUTS: UKK14

Internet address(es)

Main address: https://www.contracts.mod.uk

I.1) Name and addresses

Ministry of Defence, C&C, C&C

Abbey Wood

Bristol

BS34 8JH

UK

E-mail: DefComrcl-CPP-STE-Mgr@mod.uk

NUTS: UKK11

Internet address(es)

Main address: https://www.contracts.mod.uk

I.2) Joint procurement

The contract involves joint procurement

I.3) Communication

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

https://www.contracts.mod.uk


Additional information can be obtained from the abovementioned address


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

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Associate Trainer and Commercial Function Enhancement

Reference number: 701071373

II.1.2) Main CPV code

80000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Business Skills College which forms part of the Technology and Business Faculty of the Defence Academy (DA) provides business skills training and education across five key functions: commercial logistics, safety, quality, P3M and finance. The BSC provides 150 courses ranging from e-learning, awareness training through to MSc level education.

A prime contractor is required to provide a cadre of ‘Associate Trainers,’ who will enhance the current BSC functional training portfolio to provide awareness to expert level training as and when demand for training dictates and/or on the basis of an annual rolling requirement.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKK15


Main site or place of performance:

Wiltshire CC.

II.2.4) Description of the procurement

The MOD Commercial Professionalism Programme (CPP) has selected the Defence Academy as its Delivery Partner for the Training and Education (T&E) work stream. However due to the significant level of the delivery requirement there is a need to enhance the in-house team, bringing in associate trainers with specialist knowledge commensurate with the CPP programme at practitioner and expert level.

Alongside the commercial requirement the BSC also requires the prime contractor to provide a cadre of associate trainers to assist with the design and delivery of courses in the P3M and finance functions. These associates will be supplied on a call-off basis to deliver on a demand-driven portfolio of courses. The associates will design, deliver and develop courses alongside the BSC training staff.

The authority requires associate trainers to design, develop and deliver courses alongside BSC staff. The courses will range from e-learning, awareness through to expert level training (in both classroom or virtual based delivery environment). Associate trainers will be required to support technology enhanced learning where applicable to the T&E Portfolio.

The associate training provider will deliver training on a 50/50 basis between physical and virtual training delivery.

The associates will be supplied on a call-off basis (with a minimum notice of 4 weeks) to deliver on a demand-driven portfolio of courses. The requirement for additional associate trainers at each level will be determined by demand moving forward except for the CPP for which the requirement for the commercial function enhancement, is laid out below. At Annex A.

The associate training provider will describe in detail how they intend to manage the associate database and ensure the right people are found to perform the required tasks and what process will be implemented to allow the authority to confirm associate trainers with the correct skills have been allocated to the task.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 60

Cost criterion: Price — assessed by rates provided / Weighting: 40

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

Duration in months: 38

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The authority has the option to extend the call off duration of this contract up to 31 March 2026. This may be extended on year by year approach or for the full 2 years. This is dependent on the business skills college assessing the training and education need from 1 April 2024. The authority will determine taking forward this option 6 months prior to contract end date and if applicable 6 months prior to option year 1 end date.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Suppliers are requested to advise as early as possible to the email address Andrew.hall453@mod.gov.uk if you will be participating in this tender. This is so arrangements can be made to get you access to AWARD® to upload your tender response.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

Signed statement relating to good standing.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Key performance indicators.

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

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

Date: 18/12/2020

Local time: 12:00

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)

IV.2.7) Conditions for opening of tenders

Date: 21/12/2020

Local time: 11:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. The authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

Advertising Regime OJEU: this contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on https://www.contracts.mod.uk/delta. You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: 7DH8UZS67H. Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is 18 December 2020 12.00. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing - support@contracts.mod.uk or call 0800 282 324. GO Reference: GO-20201110-DCB-17352382

VI.4) Procedures for review

VI.4.1) Review body

Ministry of Defence, C&C, C&C

Abbey Wood

Bristol

BS34 8JH

UK

Telephone: +44 1179132548

E-mail: DefComrcl-CPP-STE-Mgr@mod.uk

VI.4.2) Body responsible for mediation procedures

Ministry of Defence, C&C, C&C

Bristol

UK

Telephone: +44 1179132548

E-mail: DefComrcl-CPP-STE-Mgr@mod.uk

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

Ministry of Defence, C&C, C&C

Bristol

UK

Telephone: +44 1179132548

E-mail: DefComrcl-CPP-STE-Mgr@mod.uk

VI.5) Date of dispatch of this notice

10/11/2020

Coding

Commodity categories

ID Title Parent category
80000000 Education and training services Education

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:
Andrew.hall453@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.