Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Ministry of Defence
BRISTOL
UK
Person cyswllt: Charlotte Ford
E-bost: charlotte.ford130@mod.gov.uk
NUTS: UKK11
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://des.mod.uk/
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://contracts.mod.uk/esop/guest/go/opportunity/detail?opportunityId=59527
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
www.contracts.mod.uk
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol
I.5) Prif weithgaredd
Amddiffyn
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
DM/00177 Equipment & Services Support Provider (ESSP)
Cyfeirnod: 713119452
II.1.2) Prif god CPV
75221000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Procurement and supply of low-value taskings limited to the Public Contracting Regulations (PCR 2015) threshold which is currently £116,406 (ex VAT), £139,688 (inc. VAT).
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 5 000 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKK11
II.2.4) Disgrifiad o’r caffaeliad
The Scope of the Contract is:
Provision & Supply of Goods & Services - The Contractor is required to provide support to various low-value, non-complex procurement requirements. The Contractor shall support the Authority with recurring and non-recurring ad-hoc requirements that cannot be sourced via any other MOD or Government Contracts or Framework agreements. There will be no minimum Task value. The maximum value for each Tasking issued under this Tasking arrangement will be limited to the Public Contracting Regulations (PCR 2015) threshold which is currently £116,406 (ex VAT), £139,688 (inc. VAT). The Contractor shall provide a procurement service to survey the Supply Chain and source various goods and services on behalf of the Authority including all DM sites. The DM sites are; Beith, Crombie, Glen Douglas, Gosport, Kineton (Main Site), Kineton Design, Development & Prototyping (DD&P), Longtown, Plymouth and Wulfen. The Contractor shall be responsible for delivering the goods and services required by the Authority. For the avoidance of doubt, the Authority's contractual relationship shall be with the Contractor only. Therefore, the Contractor shall be responsible for the contractual agreements with suitable Suppliers identified for the provision of good and services.
Scope of Requirements - The scope of this Contract requirement is expected to cover, but not be limited to; air compressor equipment, clothing, DIY equipment and consumables (glues, paints, brushes, for example), fire safety equipment, health and safety equipment (defibrillators, first aid supplies for example), IT requirements (non-MODNET / DII only), manufacturing materials (woods, metals, fittings for example), mechanical handling equipment (MHE), packaging equipment and materials, personal protective equipment (PPE), repair and maintenance requirements on-site at Defence Munitions, toiletries (soaps, toilet paper, paper towels, for example), workshop tooling supply, repair, maintenance and calibration and Post Design Services (PDS). The Scope of Requirements will specifically not cover consultancy, infrastructure (works) requirements, IT requirements (MODNET / DII), quality assurance requirements, safety requirements, transportation requirements, warlike stores, waste removal requirements.
Delivery of Procurement Requirements - There is no 'core' activity, nor fixed/guaranteed throughput under this Contract. All requirements are to be considered 'non-core' and shall be raised on an ad-hoc basis in accordance with an Ad-Hoc Tasking Process, and each new requirement will constitute a Task. The Contractor shall only be allowed to apply a pre-agreed Service Fee on top of each quote received for each ad-hoc Task. This Service Fee may be adjusted through the term of the Contract in accordance with Key Performance Indicator (KPI) Incentives and Remedy Clauses.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 5 000 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 48
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Nifer yr ymgeiswyr a ragwelir: 10
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Ydy
Disgrifiad o’r opsiynau:
3 Optional Years
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.2) Statws economaidd ac ariannol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
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 a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter or reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective marking given, the aspects to which any protective marking applies or otherwise.
Electronic Trading - Potential Suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing & Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at: https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
16/05/2025
Amser lleol: 23:59
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
25/07/2025
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 6 (o’r dyddiad a nodwyd i dendr ddod i law)
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
The Contracting Authority intends to use an e-Tendering system in this procurement exercise, please visit www.contracts.mod.uk for full details and to register your interest in this procurement. The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is Very Low (Reference – RAR-240828A02)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Defence Munitions
MOD Abbey Wood
Bristol
BS34 8JH
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
07/04/2025