HYSBYSIAD O GONTRACT AR GYFER CONTRACTAU YM MEYSYDD AMDDIFFYN A DIOGELWCH
|
Adran I: Awdurdod Contractio
|
I.1)
|
Enw, Cyfeiriad a Phwynt(iau) Cyswllt
|
|
Ministry of Defence, Land Equipment, Operational Infrastructure |
MOD, Abbey Wood |
Bristol |
BS34 8JH |
UK |
Emma Eddy
|
+44 3067989970 |
emma.eddy100@mod.gov.uk |
|
https://www.gov.uk/government/organisations/defence-equipment-and-support
|
|
|
|
|
|
|
|
|
|
I.2)
|
Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Na
|
Adran II: Amcan y Contract
|
II.1)
|
Disgrifiad
|
II.1.1)
|
Teitl a roddwyd i'r contract gan yr awdurdod contractio
Joint Operational Fuel System Tranche 2: Support Extension (JOFS2-SE) |
II.1.2)
|
Math o gontract gwasanaeth
1
Prif safle neu leoliad y gwaith, man cyflawni neu berfformio
Bristol, City of UKK11 |
II.1.3)
|
Gwybodaeth am gytundeb fframwaith
|
|
|
II.1.4)
|
Gwybodaeth am gytundeb fframwaith
(os yw'n berthnasol)
|
|
|
|
|
|
Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith
|
|
Hyd y cytundeb fframwaith
|
|
Cyfiawnhad dros gytundeb fframwaith sy'n para am fwy na saith mlynedd
|
|
Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith
|
|
Amlder a gwerth y contractau a gaiff eu dyfarnu
|
II.1.5)
|
Disgrifiad byr o'r contract neu'r pryniant/pryniannau
Fuel pumps. Joint operational fuels system, Tranche 2: support extension (JOFS2-SE) seeks to provide through-life support for fuel distribution and storage equipment from the end of the current support contract in February 2022 until the out of service date (OSD) of the current equipment (currently 2030).
JOFS is a critical logistic enabler for units on deployment. It enables the safe supply, receipt and storage of bulk fuel, world-wide and in diverse climatic conditions, for extended periods in order to enable self-sufficiency for the force.
Equipment is currently supported through a contracting for availability (CFA) service contract, using a prime contractor.
|
II.1.6)
|
Geirfa Gaffael Gyffredin (CPV)
|
|
|
|
42122180 |
|
|
|
|
|
II.1.7)
|
Gwybodaeth am is-gontractio
|
|
|
|
|
|
|
|
|
|
|
II.1.8)
|
Rhannu'n lotiau
Na
|
II.1.9)
|
A gaiff cynigion amrywiadol eu derbyn?
Na
|
II.2)
|
Maint neu Gwmpas y Contract
|
II.2.1)
|
Cyfanswm maint neu gwmpas
Equipment:
The current fleet being supported provides approximately 20 key capabilities and is comprised of around 2 000 different types of equipment (of various quantities). The fleet is in use worldwide and includes, but is not limited to: fuel pumping systems, power packs, pipework, bulk fuel storage (rubber and containerised tanks), filtration systems, fuel blending rigs, ‘ship-to-shore’ systems, environmental containment and clean up equipment.
Service:
The main requirement is to provide support to the current fleet of equipment, out to the OSD (currently 2030). This enables and maintains; receipt and issue of fuel to air, sea and ground platforms, bulk storage, fuel blending and quality testing, cross-country pumping and pollution control.
Activities that support this capability include, but are not limited to: responsibility as design organisation; management of equipment safety; post design services; through life support, including maintenance and supply of spares; user single point of contact (POC) and potentially contractor on deployed operation (CONDO) support to operations.
A redacted copy of the current statement of work has been uploaded with this contract notice. Please note, this is for the purpose of providing context of the current service Only. The final schedule of requirement, against which companies will be invited to tender, will be issued with the ITN.
Duration:
The JOFS2 SE service needs to be proven to the authority and ready to commence operation of full CFA no later than March 2022.
The initial contract duration will be for 6 (six) years, with options to extend by a further 5 (five) years, up to a maximum duration of 11 (eleven) years.
Initial duration:
• maximum of 1 (one) year from contract award to set up the service and transition the equipment, to commence full CFA in March 2022;
• 5 (five) years of CFA service through to March 2027.
Options:
• contract extension of 3 (three) years, to provide CFA from March 2027 out to the March 2030 OSD;
• further contract extensions of up to 2 (two) years, if additional CFA support is required beyond OSD;
• purchase of equipment to replace that lost through attrition, to upkeep availability;
• support of additional fuel-related equipment, entirely or in part. |
|
55 000 00099 000 000 GBP |
II.2.2)
|
Gwybodaeth am opsiynau
Options:
• contract extension of 3 (three) years, to provide CFA from March 2027 out to the March 2030 OSD;
• further contract extensions of up to 2 (two) years, if additional CFA support is required beyond OSD;
• purchase of equipment to replace that lost through attrition, to upkeep availability;
• support of additional fuel-related equipment, entirely or in part. |
|
Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn
120 |
II.2.3)
|
Gwybodaeth am adnewyddiadau
|
Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol
|
III.1)
|
Amodau sy'n Ymwneud â'r Contract
|
III.1.1)
|
Adneuon a gwarantau sydd eu hangen
N/A
|
III.1.2)
|
Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol
Please refer to the dynamic pre-qualification questionnaire (DPQQ).
|
III.1.3)
|
Y ffurf gyfreithiol i'w chymryd gan y grŵp o gyflenwyr, contractwyr neu ddarparwyr gwasanaeth y caiff y contract ei ddyfarnu iddo
Prime contractor.
|
III.1.4)
|
Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt
Please refer to the dynamic pre-qualification questionnaire (DPQQ).
|
III.1.5)
|
Gwybodaeth am gliriad diogelwch
01
- 03
- 2021
|
III.2)
|
Amodau ar gyfer Cymryd Rhan
|
III.2.1)
|
Sefyllfa bersonol
The authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the authority.
|
III.2.2)
|
Capasiti economaidd ac ariannol
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
Please refer to the dynamic pre-qualification questionnaire (DPQQ).
The authority reserve the right to exclude a potential provider from being selected to tender if the estimated annual contract value is greater than 40 % of their annual turnover.
The stated range of expected contract value is GBP 55 m to GBP 99 m. A mid-point of these figures (GBP 77 m), divided by the potential maximum duration of 11 years shall be used to determine the estimated annual contract value.
GBP 77 m /11 years = GBP 7 m per year.
A financial assessment will be undertaken on the supplier's financial status, based on information provided as directed in the DPQQ, to provide an overall pass/fail judgement.
If GBP 7 m is greater than 40 % of a supplier's annual turnover, they may provide additional supporting evidence in their DPQQ response, to prove they have sufficient economic and financial resources to deliver the requirement.
An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.
Please refer to the dynamic pre-qualification questionnaire (DPQQ).
Please refer to the dynamic pre-qualification questionnaire (DPQQ).
|
III.2.3)
|
Capasiti technegol a/neu broffesiynol
Please refer to the dynamic pre-qualification questionnaire (DPQQ).
Please refer to the dynamic pre-qualification questionnaire (DPQQ).
Please refer to the dynamic pre-qualification questionnaire (DPQQ).
Please see link below to get access to the DEF Stans:
https://www.dstan.mod.uk/StanMIS/Account/Login?ReturnUrl=%2fStanMIS%2f
Please refer to the dynamic pre-qualification questionnaire (DPQQ).
|
III.2.4)
|
Contractau sydd wedi'u cadw
|
|
|
|
|
III.3)
|
Amodau sy'n Benodol i Gontractau Gwasanaeth
|
III.3.1)
|
A gaiff y gwaith o ddarparu'r gwasanaeth ei gadw ar gyfer proffesiwn penodol?
Na
|
III.3.2)
|
A fydd yn ofynnol i endidau cyfreithiol nodi enwau a chymwysterau proffesiynol y personél a fydd yn gyfrifol am ddarparu'r gwasanaeth?
Ie
|
Adran IV: Gweithdrefn
|
IV.1)
|
Math o Weithdrefn
|
IV.1.1)
|
Math o Weithdrefn
|
|
|
|
|
|
|
|
|
|
|
|
Cyfiawnhad dros ddewis gweithdrefn gyflym
|
IV.1.2)
|
Cyfyngiadau ar nifer y gweithredwyr a gaiff eu gwahodd i dendro neu gymryd rhan
3 |
|
Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr
Responses to the dynamic pre-qualification questionnaire (DPQQ) will be scored in accordance with the criteria set out in the DPQQ.
If the potential provider does not achieve the minimum required score as directed within each of the questions, they will be deemed unsuccessful at DPQQ stage and not be considered for inclusion in the next stage of the tendering process.
The potential providers who meet the minimum scoring criteria will be ranked in descending score order, with the three highest-scorers being invited to the invitation to negotiate stage. In the event of a tied score, all those tied on that score will be invited to the next stage, as long as no more than two potential providers have achieved a higher score.
A scoring guide and worked example will be uploaded as a supporting document to this contract notice.
Please note, if you have any clarification questions for any elements of the contract notice and associated DPQQ, the deadline for submission to the authority point of contact is 19 April 2020.
|
IV.1.3)
|
Lleihau nifer y gweithredwyr yn ystod y broses negodi neu'r deialog
|
|
|
IV.2)
|
Meini Prawf Dyfarnu
|
|
Na
|
|
|
|
Ie
|
|
Na
|
IV.2.2)
|
Defnyddir arwerthiant electronig
Na
|
IV.3 Gwybodaeth Weinyddol
|
IV.3.1)
|
Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr awdurdod contractio
OI/0063
|
IV.3.2)
|
Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract
|
|
|
|
2019/S 118-290773
21
- 06
- 2019
Cyhoeddiadau blaenorol eraill
|
IV.3.3)
|
Amodau ar gyfer cael manylebau a dogfennau ychwanegol
|
IV.3.4)
|
Terfyn amser ar gyfer ceisiadau i gymryd rhan
04
- 05
- 2020
23:55 |
IV.3.5)
|
Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd
|
IV.3.6)
|
Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan
|
Adran VI: Gwybodaeth Gyflenwol
|
VI.1)
|
Nodwch a yw'r broses gaffael hon yn digwydd yn rheolaidd a rhowch Amcangyfrif o pryd y caiff hysbysiadau pellach eu cyhoeddi
|
VI.2)
|
A yw'r contract yn ymwneud â Phrosiect/Rhaglen a ariennir gan Gronfeydd Cymunedol?
Na
|
VI.3)
|
Gwybodaeth Ychwanegol
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 http://www.contracts.mod.uk
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: T24A55AN95.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity 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 telephone 0800 282 324.
The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is moderate (Reference – RAR-FY5A5NCU).
Potential providers shall be required to respond to the Cyber Risk Assessment and demonstrate compliance at ITN stage.
https://www.gov.uk/guidance/supplier-cyber-protection-service
Please note, if you have any clarification questions for any elements of the contract notice and associated DPQQ, the deadline for submission to the authority point of contact is 19 April 2020.
Go reference: GO-202041-DCB-16289468
|
VI.4)
|
Gweithdrefnau ar gyfer apelio
|
VI.4.1)
|
Corff sy'n gyfrifol am weithdrefnau apelio
Ministry of Defence, Land Equipment, Operational Infrastructure |
Elm 1C, No 4140 |
Bristol |
BS34 8JH |
UK |
Emma.Eddy100@mod.gov.uk |
+44 3067989970 |
|
|
|
|
Corff sy'n gyfrifol am weithdrefnau cyfryngu
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Cyflwyno apeliadau
Information to be provided following DPQQ assessment.
|
VI.4.3)
|
Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dyddiad yr anfonwyd yr Hysbysiad hwn
01
- 04
- 2020 |