Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Joint Operational Fuel System Tranche 2: Support Extension (JOFS2-SE)

  • Cyhoeddwyd gyntaf: 03 Ebrill 2020
  • Wedi'i addasu ddiwethaf: 03 Ebrill 2020

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Unknown
ID Awudurdod:
AA47308
Dyddiad cyhoeddi:
03 Ebrill 2020
Dyddiad Cau:
-
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

Testun llawn y rhybydd

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


Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

I.2)

Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau

Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
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

Blwch heb ei dicio

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch heb ei dicio
Blwch heb ei dicio

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

Blwch wedi'i dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio

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

Blwch heb ei dicio
Blwch heb ei dicio

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


Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio

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

Blwch heb ei dicio

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

Blwch wedi'i dicio
Blwch heb ei dicio
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

Blwch wedi'i dicio     

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
42122180 Pympiau tanwydd Pympiau

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
N/a
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.