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

MIRANDA Sustainment

  • Cyhoeddwyd gyntaf: 18 Awst 2018
  • Wedi'i addasu ddiwethaf: 18 Awst 2018

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:
18 Awst 2018
Dyddiad Cau:
-
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

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, SEOC

Abbey Wood

Bristol

BS34 8JH

UK

Dr Martin Wells


+44 1179132548

Martin.Wells988@mod.gov.uk


https://www.gpv.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

MIRANDA Sustainment

II.1.2)

Math o gontract gwasanaeth

3

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio

United Kingdom


UK

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

Information systems and servers. The Management Information Reporting and Data Analysis (MIRANDA) application comprises a suite of ORACLE Commercial Off-The-Shelf tools which collectively provide an Agile Data Analytics platform allowing the Inventory Accounting Enabling Team (IAET) to carry out monthly and Financial Year (FY) end reconciliation of accounts, enables the analysis of the financial data and allows the reporting of that analysis to a large community of stakeholders (IAET, Operating Centres (OCs), Project Teams and Front Line Commands).

MIRANDA is currently hosted on a dedicated Impact Level 3 infrastructure which is connected to the MOD Restricted LAN Interconnect (RLI) and accessed by an authorised group of Defence Information Infrastructure Future (DII (F)) users working on standard DII (F) or MoD NET User Access Devices (UADs).

The application, whilst accessed from DII (F) UADs over the RLI, is not an ATLAS DII (F) delivery and requires hosting outside of the DII (F) infrastructure boundary using an appropriate List-X hosting solution.

The target user community includes the contracting customer (DE&S Inventory Reconciliation Programme team) and the primary user is the MoD DE&S Fin IAET. However, all staff within DE&S Fin, the Finance Function, Project Teams and Front Line Commands may require access to the application.

The following elements essential to maintaining the MIRANDA application and capability as a minimum:

Application Hosting Environment: List-X Data Centre Hosting of Production, Pre-Production and Development environments including:

Management, maintenance and support of Server Platforms (Hardware and Operating System) and Oracle appliances and databases including obsolesce and technical refresh.

Management, maintenance and support of Storage sub-system and provision of data backup services including obsolesce.Provision of IT Service continuity services.

In-Data Centre Local Area Network services.

Infrastructure Boundary Security.

Support Services including:

Service Desk, Incident and Problem Management.

User Account Management.

Security Management.

Application Data Support (import and export).

Change and Release Management.

Service Level Management.

Application Support.Licencing management.

Disaster Recovery planning.

Business Continuity planning.

Application Development and Continuous improvement including:

Application development.

Capability performance testing.

Solution and Service continuous improvement identification and execution

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

48800000

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

Hosting, maintenance and support of the Management Information Reporting and Data Analysis (MIRANDA) application, which comprises of a suite of ORACLE Commercial Off-The-Shelf tools. Value is an estimated max figure covering the three year duration plus options for 3 '1-year' extensions.

6 500 000
GBP

II.2.2)

Gwybodaeth am opsiynau

Additional 1 year options to extend.

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

1095

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

Not Applicable

III.1.2)

Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol

Payment will be made electronically via 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

GDPR; Cyber Security

III.1.5)

Gwybodaeth am gliriad diogelwch


  01 - 07 - 2019

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



(a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance;

(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;

(c) where appropriate, a statement, covering the 3 previous financial years of the economic operator, of:

(i) the overall turnover of the business of the economic operator; and

(ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.

See PQQ



See PQQ




See PQQ



See PQQ


III.2.3)

Capasiti technegol a/neu broffesiynol



(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability

(b) a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case:

(i) the value of the consideration received; (ii)when and where the work or works were carried out; and

(iii) specifying whether they were carried out according to the rules of the trade or profession and properly completed;

(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and:

(i) the dates on which the goods were sold or the services provided;

(ii) the consideration received;

(iii) the identity of the person to whom the goods were sold or the service were provided;

(iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and

(v) where — (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided;

(d) a statement of the technicians or technical services available to the economic operator to:

(i) carry out the work under the contract; or

(ii) be involved in the production of goods or the provision of services under the contract;

particularly those responsible for quality control, whether or not they are independent of the economic operator;

(e) a statement of the economic operator's:

(i) technical facilities;

(ii) measures for ensuring quality;

(iii) study and research facilities; and

(iv) internal rules regarding intellectual property;

(g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and:

(i) if any, those of the economic operator's managerial staff; and

(ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract;

(h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract

(i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous 3 years;

(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;

(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;

(n) a certificate:

(i) attesting conformity to quality management systems standards based on the relevant European standard; and

(ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification;

(o) any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i).

See PQQ Part 2, Form F for specific technical questions.



Pass/Fail and Scored — Minimum of 'Pass' (Question 6.1.1) and 70 % (min PQQ Part 2, Form F scores of 4 per question — 6.1.2 to 6.1.6).




See PQQ



See PQQ


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 wedi'i dicio
Blwch heb ei dicio
Blwch heb ei 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

16

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

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

SEOC/0005

IV.3.2)

Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract

Blwch heb ei dicio
Blwch heb ei dicio


Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael manylebau a dogfennau ychwanegol

  31 - 08 - 2018   10:00

 


IV.3.4)

Terfyn amser ar gyfer ceisiadau i gymryd rhan

  14 - 09 - 2018   10:00

IV.3.5)

Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd

  03 - 12 - 2018

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: 583BA2A8M5.

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-2018815-DCB-13015877

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am weithdrefnau apelio


SEOC

DE&S, Abbeywood, Filton

Bristol

BS34 8JH

UK




Corff sy'n gyfrifol am weithdrefnau cyfryngu


SEOC

DE&S, Abbeywood

Bristol

BS34 8JH

UK




VI.4.2)

Cyflwyno apeliadau

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho


SEOC

DE&S, Abbeywood

Bristol

BS34 8JH

UK




VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  15 - 08 - 2018

Codio

Categorïau nwyddau

ID Teitl Prif gategori
48800000 Systemau a gweinyddion gwybodaeth Systemau pecynnau meddalwedd a gwybodaeth

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.