Published date: 15 September 2016
This notice was replaced on 15 September 2016
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 13 January 2017)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Driving-school services - 80411000
Location of contract
Any region
Value of contract
£42,800,000
Procurement reference
RM3805
Published date
15 September 2016
Closing date
12 October 2016
Contract start date
1 January 2017
Contract end date
30 April 2020
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
The Ministry of Defence (MoD) (referred to hereafter as the "Authority") Defence School of Transport (DST) is the training delivery authority for all wheeled driver training for Defence. The DST's responsibility ranges from licence acquisition through to specialist vehicle platform training and mechanical transport-related management courses.
The Authority's personnel frequently require licence acquisition training in order to drive the vehicles they are expected to operate in the course of their duties. To meet the statutory and legal obligations set for the DST, the Authority's personnel must hold the appropriate category of licence to operate military vehicles legally on public roads.
The purpose of this Procurement is to appoint a single Supplier, in each of the 7 Lots within the scope of this Procurement, to provide concurrent Licence Acquisition Training ("LAT") to the Authority's personnel.
In each of Lots 1 - 5, the Supplier will be required to deliver Category B / B+E / C / C+E / D / D1 / D1+E LAT in a specific geographical region.
In Lot 6 the Supplier will be required to deliver Category B / B+E LAT nationally at Phase 2 training establishments.
In Lot 7 the Supplier will be required to deliver Category C / C+E LAT nationally at Phase 2 training establishments.
Potential Providers are permitted to bid for all or any combination of the 7 Lots. However, to support the assurance of continuity of supply and to reduce supply chain risk, a Potential Provider may only be awarded a Contract in one of Lots 1 - 5 (inclusive), and a Potential Provider may only be awarded a Contract in either Lot 6 or Lot 7.
This means that the maximum possible number of Contracts a Potential Provider may be awarded as a result of this Procurement is 2, namely:
- A Contract in one of Lots 1 - 5 (inclusive); and
- A Contract in either Lot 6 or Lot 7.
Where a Potential Provider is successful in one of Lots 1 - 5, any Tender it has submitted for any other Lot in Lots 1 - 5 will be excluded from consideration for the purposes of this Procurement.
Where a Potential Provider is successful in either Lot 6 or Lot 7, any Tender it has submitted for the other Lot (i.e. either Lot 6 or Lot 7) will be excluded from consideration for the purposes of this Procurement.
For Lot 2, the Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") is unlikely to apply to the Contract awarded as a result of this Procurement.
For Lot 1, and Lots 3 - 7, the Authority considers TUPE may apply to the Contracts awarded as a result of this Procurement. For all Lots, it is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in the particular circumstances of the Contracts that will be established as a result of this Procurement.
More information
Attachments
-
- Attachment 11 - Non-Disclosure Agreement (TUPE) v1.0.docx
- Attachment 11 - Non-Disclosure Agreement (TUPE) v1.0
-
- Attachment 4 - Contract Terms and Conditions v1.0.doc
- Attachment 4 - Contract Terms and Conditions v1.0
-
- Attachment 3 - Award Questionnaire Response Guidance, Evaluation Guidance, and Marking Scheme v1.0.pdf
- Attachment 3 - Award Questionnaire Response Guidance, Evaluation Guidance, and Marking Scheme v1.0
-
- Attachment 6 - Terms of Participation v1.0.pdf
- Attachment 6 - Terms of Participation v1.0
-
- 2016-OJS179-321604-en.pdf
- 2016-OJS179-321604-en
-
- Attachment 7 - Declaration of Compliance v1.0.pdf
- Attachment 7 - Declaration of Compliance v1.0
-
- Attachment 8 - Supplier Guidance Document.pdf
- Attachment 8 - Supplier Guidance Document
-
- Attachment 2 - Participation Requirements and Selection Questionnaire and Evaluation Guidance v1.0.pdf
- Attachment 2 - Participation Requirements and Selection Questionnaire and Evaluation Guidance v1.0
-
- Attachment 1 - Invitation to Tender v1.0.pdf
- Attachment 1 - Invitation to Tender v1.0
-
- Attachment 5 - Pricing Matrix v1.0.xlsx
- Attachment 5 - Pricing Matrix v1.0
-
- Attachment 12 - DEFCONS and DEFFORMS.zip
- Attachment 12 - DEFCONS and DEFFORMS
-
- Attachment 10 - Financial Assessment Template v1.0.xlsx
- Attachment 10 - Financial Assessment Template v1.0
-
- Attachment 9 - Contract Population Template v1.0.docx
- Attachment 9 - Contract Population Template v1.0
Additional text
-
Potential Providers will be assessed in accordance with -Section 5 of the Regulations implementing the Directive on the basis of information provided in response to an Invitation to Tender ('ITT').
This procurement will be managed electronically via the Agent's e-Sourcing Suite. To participate in this procurement, Potential Providers must first be registered on the e-Sourcing Suite.
If you have not yet registered on the eSourcing Suite, this can be done online at:
https://gpsesourcing.cabinetoffice.gov.uk by following the link 'Register for CCS eSourcing'.
Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at:
https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing:
expressionofinterest@crowncommercial.gov.uk
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Help-desk email:
eenablement@crowncommercial.gov.uk
A full copy of the ITT documentation for this procurement will be available, with unrestricted and full access, via the Agent's website from the date of the publication of this contract notice:
http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline
About the buyer
Contact name
Ministry of Defence (agent for this procurement Crown Commercial
Address
9th Floor, The Capital
Old Hall Street
Liverpool
L3 9PP
England
Telephone
0345 010 3503
supplier@crowncommercial.gov.uk
Website
Share this notice
All content is available under the
