Award

705564451 - Higher Education Institute Provision for Level 5 & 6 Accredited Courses

MINISTRY OF DEFENCE

This public procurement record has 2 releases in its history.

Award

08 Apr 2024 at 10:12

Tender

25 May 2023 at 14:26

Summary of the contracting process

The Ministry of Defence has awarded a contract for the provision of Higher Education Institute courses in areas such as Aeronautical Engineering, Electronic Mechanical Engineering, and Communications. The contract is part of a four-year Framework Agreement with a total value of £798,405. The buying organisation is based in Wolverhampton, United Kingdom, and the procurement stage is selective with the procurement method being a Restricted Procedure.

This tender presents an opportunity for Higher Education Institutes specializing in technical fields to collaborate with the Ministry of Defence for course validation. Businesses with experience in defence-related industries or educational services at Levels 5 and 6 are well-suited to compete in this procurement process. The contract offers a chance for growth through long-term collaboration within a structured framework that requires flexibility and close cooperation with military, contractors, and civil servants.

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

705564451 - Higher Education Institute Provision for Level 5 & 6 Accredited Courses

Notice Description

This notice announces the award of a four year Framework Agreement for the Provision of "Higher Education Institute Provision for Level 5 & 6 Accredited Courses".

Lot Information

Lot 1, 2 ,3

The Authority has a requirement to award a contract for. Additional information: A copy of the draft ITT has also been uploaded for your information. Please note that whilst the document is a draft only and some information is in complete. Some sections may be subject to minor changes before being formally issued.

Lot 1

The Authority has a requirement to award a four year Framework Agreement for the Provision of "Higher Education Institute Provision for Level 5 & 6 Accredited Courses". The Defence College of Technical is seeking to attract Higher Education Institutes to validate a variety of Training Streams across the breadth of the DCTT Schools these will include Aeronautical Engineering, Electronic Mechanical Engineering, Nuclear and Marine Engineering, and Communications and Information systems courses. The HEI will be required to work alongside School staff (Military, Mod Contractors and Civil Servants) and be flexible in their approach to manage the way in which training is already being delivered.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03cf76
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011233-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

80 - Education and training services


CPV Codes

80300000 - Higher education services

Notice Value(s)

Tender Value
£840,000 £500K-£1M
Lots Value
£840,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£798,405 £500K-£1M

Notice Dates

Publication Date
8 Apr 20241 years ago
Submission Deadline
26 Jun 2023Expired
Future Notice Date
Not specified
Award Date
20 Mar 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Active, Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF DEFENCE
Contact Name
Not specified
Contact Email
karen.wiley895@mod.gov.uk
Contact Phone
+44 3001585513

Buyer Location

Locality
WOLVERHAMPTON
Postcode
WV7 3EX
Post Town
Wolverhampton
Country
England

Major Region (ITL 1)
TLG West Midlands (England)
Basic Region (ITL 2)
TLG2 Shropshire and Staffordshire
Small Region (ITL 3)
TLG22 Shropshire
Delivery Location
TLK15 Wiltshire

Local Authority
Shropshire
Electoral Ward
Shifnal South and Cosford
Westminster Constituency
The Wrekin

Supplier Information

Number of Suppliers
1
Supplier Name

UNIVERSITY OF PORTSMOUTH

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-h6vhtk-03cf76-2024-04-08T11:12:11+01:00",
    "date": "2024-04-08T11:12:11+01:00",
    "ocid": "ocds-h6vhtk-03cf76",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03cf76",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "705564451 - Higher Education Institute Provision for Level 5 & 6 Accredited Courses",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "80300000",
            "description": "Higher education services"
        },
        "mainProcurementCategory": "services",
        "description": "This notice announces the award of a four year Framework Agreement for the Provision of \"Higher Education Institute Provision for Level 5 & 6 Accredited Courses\".",
        "value": {
            "amount": 840000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsAwardedPerSupplier": 3
        },
        "lots": [
            {
                "id": "1, 2 ,3",
                "description": "The Authority has a requirement to award a contract for. Additional information: A copy of the draft ITT has also been uploaded for your information. Please note that whilst the document is a draft only and some information is in complete. Some sections may be subject to minor changes before being formally issued.",
                "value": {
                    "amount": 840000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 10
                },
                "selectionCriteria": {
                    "description": "In order to participate in this tender event, suppliers must register for an account with the Defence Sourcing Portal (DSP). Please look out for the \"Supplier Registration\" link which can be found on the home page of the portal. Interested suppliers are required to complete the Pre-Qualification Questionnaire (PQQ) to provide the Authority with information to evaluate the supplier's capacity and capability against the selection criteria. The Authority will use the PQQ response to create a shortlist of Potential Providers who: (1) are eligible to participate; (2) fulfil any minimum economic, financial, professional, and technical standards; and (3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the PQQ. Each of the five questions has been awarded a percentage rating which will total 100. Potential providers will be scored using the following criteria against each question PQQ Scoring Mechanism SCORE DESCRIPTION 4 = 100% Excellent - The Potential Provider has answered the question clearly and comprehensively. The response provides a high level of confidence. 3 = 70% Good - The Potential Providers response has answered the question clearly and provides a good level of confidence. 2 = 30% Satisfactory - The Potential Provider has provided an acceptable response to the question that just meets the basis requirements. 1 =10% Poor - The Potential Provider has answered some of the question but not all elements which represents a risk that the Potential Provider does not have the capacity and capability to deliver the requirement. 0 = 0% No Answer - The Potential Provider has failed to provide a response. The evaluation will be conducted by a team of SME's comprising of the requirement owners. Each evaluator will score the responses individually. These scores will be added together to achieve a total question score. A weighted score approach means that each score attributed to a question is multiplied by the weighting factor. For example, where a potential provider has been awarded a set of scores by each evaluator, they will be added together to achieve a total score for each question. Question 1 if it carried a weighting of 40% would be evaluated as follows; Q1 - Weighting 40% Evaluator 1 - 4 Evaluator 2 - 3 Evaluator 3 - 4 = 11 x 40% = 4.4 It is the Authority's intention to down select to a maximum of 10 of the highest scoring suppliers who will be invited to tender providing they meet the minimum acceptable score of 2 = 30% for each question. If a Potential Provider obtains a score of 1 = 10% or below for any question, then they will automatically fail the evaluation and will not be invited to participate any further. Once all evaluators have completed their evaluations, a moderation exercise will be undertaken. The moderation will review any disparities between the markings awarded by the evaluators to ensure that the information provided has been scored in accordance with the scoring criterion. Where the moderation determines that a Potential Provider's response is found to have areas of minor uncertainty the evaluators may request, via the relevant Commercial Officer, a Clarification Question (CQ) to be raised. On the return of the response of the CQ by the Potential Provider, the evaluators will re-evaluate the response in a reiteration of the Pre Qualifying Evaluation Process detailed above. CQs will only be raised if there seems to be areas of minor misunderstanding as to the meaning of the response by the evaluators or where the evaluators perceive there to have been a genuine mistake by the Potential Provider. Where a Tenderer has not submitted a response, omits responses to criteria, or has failed to provide a clear and comprehensive response then a CQ will not be raised."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            },
            {
                "id": "1",
                "description": "The Authority has a requirement to award a four year Framework Agreement for the Provision of \"Higher Education Institute Provision for Level 5 & 6 Accredited Courses\". The Defence College of Technical is seeking to attract Higher Education Institutes to validate a variety of Training Streams across the breadth of the DCTT Schools these will include Aeronautical Engineering, Electronic Mechanical Engineering, Nuclear and Marine Engineering, and Communications and Information systems courses. The HEI will be required to work alongside School staff (Military, Mod Contractors and Civil Servants) and be flexible in their approach to manage the way in which training is already being delivered.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1, 2 ,3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "80300000",
                        "description": "Higher education services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKK15"
                    }
                ],
                "relatedLot": "1, 2 ,3"
            },
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKK15"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "http://www.Contracts.mod.uk",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 1
            }
        },
        "tenderPeriod": {
            "endDate": "2023-06-26T23:59:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-07-30T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "hasRecurrence": false,
        "contractTerms": {
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-21274",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "streetAddress": "RAF Cosford, Flowerdown Hall",
                "locality": "Wolverhampton",
                "region": "UKG39",
                "postalCode": "WV7 3EX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3001585513",
                "email": "karen.wiley895@mod.gov.uk",
                "url": "http://www.Contracts.mod.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.contracts.mod.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "MINISTRY",
                        "description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "02",
                        "description": "Defence"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-83733",
            "name": "Ministry of Defence",
            "identifier": {
                "legalName": "Ministry of Defence"
            },
            "address": {
                "locality": "Ministry of Defence",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-18121",
            "name": "University of Portsmouth",
            "identifier": {
                "legalName": "University of Portsmouth"
            },
            "address": {
                "streetAddress": "University House, Winston Churchill Avenue",
                "locality": "Portsmouth",
                "region": "UKJ31",
                "postalCode": "PO1 2UP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-32214",
            "name": "Air Commercial",
            "identifier": {
                "legalName": "Air Commercial"
            },
            "address": {
                "locality": "High Wycombe",
                "postalCode": "HP14 4UE",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-21274",
        "name": "Ministry of Defence"
    },
    "language": "en",
    "awards": [
        {
            "id": "011233-2024-705564451-1",
            "relatedLots": [
                "1"
            ],
            "title": "Higher Education Institute Provision for Level 5 & 6 Accredited Courses",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-18121",
                    "name": "University of Portsmouth"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "011233-2024-705564451-1",
            "awardID": "011233-2024-705564451-1",
            "title": "Higher Education Institute Provision for Level 5 & 6 Accredited Courses",
            "status": "active",
            "value": {
                "amount": 798405,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-20T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 1
            }
        ]
    }
}