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, Dismounted Close Combat (DCC) |
Elm 3, NH4 #4325, MOD Abbey Wood, Filton |
Bristol |
BS34 8JH |
UK |
Nick Clarke
|
+44 3067937585 |
Nick.Clarke425@mod.gov.uk |
|
https://www.gov.uk/government/organisations/ministry-of-defence
|
|
|
|
|
|
|
|
|
|
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
Shotgun System. |
II.1.2)
|
Math o gontract cyflenwadau
|
|
|
|
|
|
|
|
|
|
Prif safle neu leoliad y gwaith, man cyflawni neu berfformio
Gloucestershire, Wiltshire and Bristol/Bath area. UKK1 |
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
Weapons, ammunition and associated parts. The project covers the procurement of a shotgun with options to increase the shotgun capability and purchase further ammunition in the future, if needed. The shotgun must be capable of being used as a breaching device with one barrel and should be capable of changing its barrel in order to be accurate to a range of 100 metres. The shotgun will be bought initially as a breaching device with scope to add in additional capability at long range in the future dependent on need. It must be capable of firing a range of ammunition, (capable of accepting standard 3 inch shell length ammunition) and must be capable of holding at least 8 rounds and must be semi-automatic with adjustable gas.
The contract is for the initial procurement of 100 breaching shotguns that are fit for purpose, and safe and suitable for service to be delivered by March 2019. It will also cover the purchasing of technical publications (in AESPS format), a training T3 package, as well as an initial spares pack for agility in repairs and support during the training period.The contract will also include a provision for engineering support on a tasking Pro-Forma basis for the 3 years following delivery.
The contract will also include options to extend and purchase additional weapons including the longer range capability and additional spares and support.
Bidders will need to provide 10 weapons for user trials alongside their tender. Trials will test the full capability of the shotgun. Tenderers will be given a nominal contribution towards the cost of weapons but it is expected the majority of trial weapons will be returned to bidders.
Suppliers will be down selected from the PQQ to 6 operators who will be invited to tender. Following the phase 1 paper based evaluation, 3 bidders will be taken through to phase 2 user trials. The phase 1 evaluation is expected to be concluded in early January 2018 and it is essential that bidders selected to participate in phase 2 trials will have the weapons available in the UK for the trials by the end of February 2018. Failure to make the weapons available in time for the phase 2 trials will result in the bidder being excluded from further participation in the competition.
A separate competition will be run with Defence General Munitions (DGM) for the ammunition required for the Shotgun system.
|
II.1.6)
|
Geirfa Gaffael Gyffredin (CPV)
|
|
|
|
35300000 |
|
|
|
|
|
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
Initial procurement of 100 and options for further weapons to be procured over subsequent years of the contract. |
|
450 000 GBP |
II.2.2)
|
Gwybodaeth am opsiynau
— To procure additional weapons over subsequent years.
— Additional spares support package.
— Procure shotguns with longer range ability.
— Option to extend duration of the contract by 2 years. |
|
Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn
36 |
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
|
III.1.2)
|
Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol
Payment will be made via the P2P system Contracting, Purchasing and Finance (CP&F).
|
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
Not Applicable.
|
III.1.4)
|
Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt
|
III.1.5)
|
Gwybodaeth am gliriad diogelwch
9
- 10
- 2017
|
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
|
III.2.3)
|
Capasiti technegol a/neu broffesiynol
|
III.2.4)
|
Contractau sydd wedi'u cadw
|
|
|
|
|
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
26 |
|
Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr
‘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 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 the Response Manager and add the following Access Code: XXXXXXX. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 18/09/2017 23:59. Please ensure that you allow yourself plenty of time when responding to this invite 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.’
Interested suppliers are required to complete the PQQ to provide information that allows the Authority to evaluate the supplier's capacities and capabilities against the selection criteria set out at Sections III.2.1), III.2.2) and III.2.3) of this Contract Notice.
The Authority will use the PQQ response to create a shortlist of tenderers who:
(1) are eligible to participate under Section III.2.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and
(3) best meet in terms of capacity and capability the selection criteria set out Sections III.2.2) and III.2.3) of this Contract Notice.
|
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
Ie
Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender. |
IV.3 Gwybodaeth Weinyddol
|
IV.3.1)
|
Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr awdurdod contractio
SSP/00200
|
IV.3.2)
|
Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract
|
|
|
|
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
18
- 09
- 2017
23:59 |
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: M934535Q6R.
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.
GO Reference: GO-2017817-DCB-10853222.
|
VI.4)
|
Gweithdrefnau ar gyfer apelio
|
VI.4.1)
|
Corff sy'n gyfrifol am weithdrefnau apelio
Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC) |
Elm 3, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
|
|
|
|
|
|
Corff sy'n gyfrifol am weithdrefnau cyfryngu
Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC) |
Elm, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
|
|
|
|
|
VI.4.2)
|
Cyflwyno apeliadau
|
VI.4.3)
|
Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho
Ministry of Defence, Land Equipment, Dismounted Close Combat (DCC) |
Elm, MOD Abbey Wood |
Bristol |
BS34 8JH |
UK |
|
|
|
|
|
VI.5)
|
Dyddiad yr anfonwyd yr Hysbysiad hwn
17
- 08
- 2017 |