Lessons - UK4

Open

Buyers

Value

£8,440,000

Classifications

  • Contract administration services
  • Staff training services

Tags

  • tender

Submission Deadline

3 weeks from now

Published

10 hours ago

Description

Integrated Warfare Centre (IWC) is looking to award a contract to a suitable Contractor to provide professional services support in the form of 8 full time personnel working across the UK STRATCOM footprint, within the following Departments; IWC, Analysis and Assurance (A&A) Team, Military Strategic Headq]uarters (MSHQ), Permanent Joint Headquarters (PJHQ), jHUB and the Defence Experimentation and Wargaming Hub (DEWH). Lessons Contractors will be responsible for collecting, analysing, actioning, implementing and validating lessons from UK Defence operations and exercises, wargaming events, experimentation, and innovation activities. This will be conducted in accordance with relevant Defence Lessons Policies, which will be shared with Lessons Contractors during an initial mobilisation period, and using tools, primarily the Defence Lessons Identified Management System (DLIMS).
This tender notice is for the award of a public contract through an Open Procedure in accordance with the Competitive Tendering Procedures under the Procurement Act 2023 (PA2023). In accordance with Section 7, the requirement falls within the Defence and Security Requirement derogations (e), (f) and (g) for the goods, services or works for military purposes, and services that are otherwise relevant to the operational capability, effectiveness, readiness for action, safety or security of the armed forces. Therefore, the relevant provisions of the PA 2023 relating to Defence and Security contracts are applicable.
The Lessons Contract will initially be for two (2) years at an estimated cost of £4,152,500.00 ex VAT. If the two (2) proposed option years are taken (on a 1 year + 1 year basis), subject to affordability and approval, this may take the value to £8,440,000.00 ex VAT. The second option year is subject to indexation in accordance with the formula outlined within the Invitation to Tender (ITT).
This will be a Service based Contract, with a security classification of up to and including SECRET. Further security requirements will be detailed during the tender process as part of ITT.
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is High (Reference – RAR 250605A01)
It is anticipated that TUPE will apply to this requirement, for which provisions are outlined within the ITT.
A UK1 Pipeline notice was published under Notice Reference 2025/S 000-026958.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Functional Assessment Clinical Assurance and Training Services (FACATS)

The Authority intends to award a public contract under section 19 of the Procurement Act 2023 (“PA 2023”). This procurement for the award of that public contract is being conducted as an open procedure in accordance with sections 20(1) and 20(2)(a) of PA 2023 for the award of a light touch contract in accordance with section 9 of PA 2023. Overview DWP commissions the provision of circa 2 million Assessments per year, which are conducted on behalf of DWP by Healthcare Professionals (HPs) employed by suppliers that were awarded Functional Assessment Service (FAS) Contracts (FAS Providers). These Assessments are used to help determine eligibility to certain disability related benefits including Personal Independence Payment (PIP), Universal Credit (UC), Employment Support Allowance (ESA) and other Specialist Benefits. The FAS Providers employ approximately 5,000 HPs to conduct Assessments on behalf of the DWP. To conduct Assessments, HPs are required to have appropriate knowledge of the clinical aspects and the functional effects of a wide range of health conditions and disabilities as well as specific knowledge of how to conduct the Assessments and the related policy. DWP owns a suite of benefit-related clinical Core Training and Guidance Materials (CTGM). The CTGM currently comprises a total of approximately 700 documents with a total of circa 30,000 pages. The CTGM is broken down into two categories, namely: a) CTGM relating to carrying out Assessments which accounts for the vast majority of documents. In addition to providing the guidance to HPs and Authority Clinicians when conducting Assessments, FAS Providers are also required to use the CTGM to inform and develop training programmes and associated materials for their circa 5,000 HPs. b) There are several CTGM documents for use by Authority Decision Makers. This category of CTGM includes guidance for Authority Decision Makers who determine eligibility for Attendance Allowance and Disability Living Allowance for Children. In addition, DWP engages approximately 200 Authority Clinicians who will also use the CTGM for reference. DWP is committed to ensuring clinical CTGM is annually reviewed and of the highest quality, evidence based, in-line with best practice and free from bias. The Authority currently anticipates awarding a contract for the services (as further described below) for an initial period of 36 months with an option (at the Authority’s discretion and subject to governance approval, available funding and satisfactory performance) for the Authority to extend the contract for a further period of up to 12 months by giving the Supplier written notice of no less than 20 Working Days before the initial term of the Contract expires. Contract subject-matter The following Services form the overall scope of Services required by the Authority under this procurement: a) Clinical QA Service - carrying out a review of the CTGM; b) Annual Clinical Training Course Service - delivering an annual clinical training course; c) Educational CPD Materials Service - developing educational CPD materials. The above Services are required to be delivered in accordance with: a) the relevant sections of the Specification, which is set out in Appendix B of the ITS; b) the relevant Service Levels, as set out in Appendix C of the ITS; and c) the terms and conditions of the Contract, for which a draft is set out in Appendix D of the ITS. The Authority has considered whether the FACATS Services could reasonably be supplied under more than one contract by dividing the procurement into lots. The Authority has concluded that splitting the procurement into lots could make the requirement disproportionately expensive to manage and increase the technical risk to deliver the requirement. The Services will be supplied under one contract. Weightings for the Technical Qualitative Questions: The weightings for Technical Qualitative Questions apply to the overall question and the Supplier should ensure any areas highlighted by the bullet points are covered within the overall response. No individual bullet point has a separate weighting and, subsequently, does not have a greater or lesser impact on the overall question, which will be assessed as a whole. Information will be evaluated against the pre-determined criteria as stated in the ITS. Suppliers' Tender Responses will be scored in accordance with the scoring criteria set out below. The score awarded for each question (in accordance with the scoring methodology detailed in paragraph 168 of the ITS) will be converted to a percentage score (in accordance with the question’s respective weighting shown in the table in paragraph 173 of the ITS) to give a total score using the following formula: Percentage score % = (Score awarded / Maximum score) x Percentage weighting Example: If a Supplier is awarded a score of 7 (Good) for Question 1, the percentage score awarded for that question will be: Percentage score % = (7/10) x 22.5% = 15.75% The maximum score available in respect of the Technical Qualitative Questions is 70%. The different weightings reflect the relative importance of each question to the Authority. Example CTGM documents: The Authority will provide copies of example CTGM documents (as listed in Appendix N to the ITS), to aid Suppliers in understanding the variation in content and size of individual CTGM documents. Due to CTGM documents being classified as Official and containing some information that is confidential, it is a requirement of the Authority that a Supplier completes and signs the Non-Disclosure Agreement (set out in Appendix O to the ITS) as a prerequisite of receiving the example CTGM documents listed in Appendix N.

Katy Reed

Published 1 day ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline active

Publish
Bid
Evaluate
Award
Complete