Tender

Physical training facilities for RCDM Service Personnel

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

TenderAmendment

20 Jan 2022 at 11:17

Tender

20 Jan 2022 at 10:59

Summary of the contracting process

The Ministry of Defence is seeking bids for a contract titled "Physical training facilities for RCDM Service Personnel". This procurement falls under the category of sports facilities operation services and is located in the West Midlands, United Kingdom. The contract has an estimated value of £28,800 and proposes a duration of two years, starting from 1 April 2022, with the possibility of a one-year extension. Bidders should submit their proposals by 18 February 2022. The procurement method is an open procedure, suitable for small and medium-sized enterprises (SMEs) and voluntary, community, and social enterprises (VCSEs).

This tender presents a significant opportunity for businesses specialising in sports facility management and physical training services. Companies that can provide group exercise classes, fitness equipment, and staff training in fire safety and related areas would be particularly well-suited to compete. Businesses that meet the cyber security requirements as outlined by the Ministry of Defence will have a competitive advantage in securing this contract, allowing them to expand their engagement with government sectors.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Physical training facilities for RCDM Service Personnel

Notice Description

CONTRACT FOR THE PROVISION OF PHYSICAL DEVELOPMENT FACILITIES FOR ROYAL CENTRE FOR DEFENCE MEDICINE PERSONNEL The Authority has a requirement for the provision of physical development facilities for Royal Centre for Defence Medicine (RCDM) personnel. The proposed Contract shall be for a period of 2 years with the option to extend for a further year with an anticipated Contract Commencement date of 1 April 2022. The requirement is for Service Personnel to have access to a minimum of 3 group physical training classes per week. Group sessions will comprise of a 60-minute lesson of circuit training led by an Authority provided Royal Army Physical Training Corps Instructor (RAPTCI) (PTI), for up to 60 personnel per lesson. The Tenderer shall supply an induction package for the PTI RCDM staff (1 full-time PTI augmented by up to 3 other staff as available) in all fire safety and related training within 4 weeks of contract award. The Contractor shall provide equipment which will support a 60-minute cardio workout in accordance with the Statement of Requirement. The facility needs to be located within the vicinity of the local work area, with a maximum travel time of 30 minutes door to door (Queen Elizabeth Hospital, Egbaston to the facility) by foot. Cyber Security: The MoD has a duty to protect itself from Cyber threats and now we extend this to Suppliers we engage with. As an extension of the Government's Cyber Essentials Scheme the MoD, working together with Industry and other Government Departments, have developed a more robust Cyber Security Model, under the umbrella of the Defence Cyber Protection Partnership (DCPP). All prime contractors must have the cyber security controls specified in DEF Stan 05-138 (Cyber Security for Defence Suppliers), as appropriate to the cyber risk level specified in the contract. The Authority has determined the level of risk at N/A - DEWJ297U as defined in DEF Stan 05-138. In order to do business with the MOD you must have the cyber security controls required as shown above. The evaluation criterion for this requirement is detailed below: The evaluation criterion for this requirement is Most Economically Advantageous to Tender (MEAT) with an agreed scoring weighting of 60 Technical and 40 Price. To access the full Invitation to Tender, please visit the Defence Sourcing Portal (DSP). All bids are to be submitted via the DSP. Should you have any questions please contact Nadia Ahmed, Commercial Officer at Nadia.Ahmed109@mod.gov.uk.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-0e6eab50-a065-47df-8221-7a0f76b18792
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/ede6ddeb-20ae-450a-9e77-9fc181f73429
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure (below threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

92 - Recreational, cultural and sporting services


CPV Codes

92610000 - Sports facilities operation services

Notice Value(s)

Tender Value
£28,800 Under £100K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jan 20224 years ago
Submission Deadline
18 Feb 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Mar 2022 - 31 Dec 2022 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
CORSHAM
Postcode
SN13 9NR
Post Town
Swindon
Country
England

Major Region (ITL 1)
TLK South West (England)
Basic Region (ITL 2)
TLK7 Gloucestershire and Wiltshire
Small Region (ITL 3)
TLK72 Wiltshire
Delivery Location
TLG West Midlands (England)

Local Authority
Wiltshire
Electoral Ward
Corsham Ladbrook
Westminster Constituency
Chippenham

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-0e6eab50-a065-47df-8221-7a0f76b18792-2022-01-20T11:17:54Z",
    "date": "2022-01-20T11:17:54Z",
    "ocid": "ocds-b5fd17-0e6eab50-a065-47df-8221-7a0f76b18792",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_294460/1034568",
        "title": "Physical training facilities for RCDM Service Personnel",
        "description": "CONTRACT FOR THE PROVISION OF PHYSICAL DEVELOPMENT FACILITIES FOR ROYAL CENTRE FOR DEFENCE MEDICINE PERSONNEL The Authority has a requirement for the provision of physical development facilities for Royal Centre for Defence Medicine (RCDM) personnel. The proposed Contract shall be for a period of 2 years with the option to extend for a further year with an anticipated Contract Commencement date of 1 April 2022. The requirement is for Service Personnel to have access to a minimum of 3 group physical training classes per week. Group sessions will comprise of a 60-minute lesson of circuit training led by an Authority provided Royal Army Physical Training Corps Instructor (RAPTCI) (PTI), for up to 60 personnel per lesson. The Tenderer shall supply an induction package for the PTI RCDM staff (1 full-time PTI augmented by up to 3 other staff as available) in all fire safety and related training within 4 weeks of contract award. The Contractor shall provide equipment which will support a 60-minute cardio workout in accordance with the Statement of Requirement. The facility needs to be located within the vicinity of the local work area, with a maximum travel time of 30 minutes door to door (Queen Elizabeth Hospital, Egbaston to the facility) by foot. Cyber Security: The MoD has a duty to protect itself from Cyber threats and now we extend this to Suppliers we engage with. As an extension of the Government's Cyber Essentials Scheme the MoD, working together with Industry and other Government Departments, have developed a more robust Cyber Security Model, under the umbrella of the Defence Cyber Protection Partnership (DCPP). All prime contractors must have the cyber security controls specified in DEF Stan 05-138 (Cyber Security for Defence Suppliers), as appropriate to the cyber risk level specified in the contract. The Authority has determined the level of risk at N/A - DEWJ297U as defined in DEF Stan 05-138. In order to do business with the MOD you must have the cyber security controls required as shown above. The evaluation criterion for this requirement is detailed below: The evaluation criterion for this requirement is Most Economically Advantageous to Tender (MEAT) with an agreed scoring weighting of 60 Technical and 40 Price. To access the full Invitation to Tender, please visit the Defence Sourcing Portal (DSP). All bids are to be submitted via the DSP. Should you have any questions please contact Nadia Ahmed, Commercial Officer at Nadia.Ahmed109@mod.gov.uk.",
        "datePublished": "2022-01-20T10:59:47Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "92610000",
            "description": "Sports facilities operation services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 28800,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure (below threshold)",
        "tenderPeriod": {
            "endDate": "2022-02-18T23:59:00Z"
        },
        "contractPeriod": {
            "startDate": "2022-04-01T00:00:00+01:00",
            "endDate": "2022-12-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/ede6ddeb-20ae-450a-9e77-9fc181f73429",
                "datePublished": "2022-01-20T10:59:47Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2022-01-20T11:17:54Z"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-195253",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "Spur B2, Building 405, MOD Corsham",
                "locality": "Corsham",
                "postalCode": "SN13 9NR",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "Nadia.ahmed109@mod.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-195253",
        "name": "Ministry of Defence"
    }
}