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, Ships, Other |
Defence Equipment and Support, Ash 2B # 3212, Abbey Wood |
Bristol |
BS34 8JH |
UK |
Alison Lyne
|
+44 7971366602 |
desshipscomrcl-Salmo-multiuser@mod.gov.uk |
|
www.bipsolutions.com
|
|
|
|
|
|
|
|
|
|
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
S&MOCB/3369 — Falkland Island Marine Services |
II.1.2)
|
Math o gontract gwasanaeth
26
Prif safle neu leoliad y gwaith, man cyflawni neu berfformio
Not specified/other. 00 |
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
Ship chartering services. The Salvage and Marine Operations Team, part of UK MOD, seek to place a contract on behalf of Commander British Forces South Atlantic Islands (CBFSAI) to charter two Shallow Draft Anchor Handling Tugs (AHT), to cover the full range of marine service duties to be carried out in the Falkland Islands (FI) and an additional vessel or barge able to undertake coastal supply, heavy mooring tasks, heavy lifting and other general duties. The duration of the Contract will be three years plus two separate option years.
Crew provided to man these vessels must have passed a criminal reference check, counter terrorist check (CTC) and meet a baseline personnel security standard (BPSS) or provide evidence of already holding SC/DV clearance.
A bidders conference will be held at tender stage.
The contract will be drafted from Baltic International Maritime Council (BIMCO) supply time 2017 terms in conjunction with MOD Standard contracting terms.
TUPE may apply to this requirement.
|
II.1.6)
|
Geirfa Gaffael Gyffredin (CPV)
|
|
|
|
63726400 |
|
|
|
|
|
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
Charter of two Shallow Draft Anchor Handling Tugs (AHT) and crew to cover the full range of marine service duties to be carried out in the Falkland Islands (FI) and an additional vessel or barge able to undertake coastal supply, heavy mooring tasks, heavy lifting and other general duties. The duration of the contract will be 3 years plus two separate option years. Harbour tug duties include push pull ops, personnel transfer and assisting in ship movements, coastal supply duties include movement of cargo to coastal locations, outlying islands and military outstations, crew provided to man these vessels must have passed a criminal reference check, counter terrorist check (CTC) and meet a baseline personnel security standard (BPSS) or provide evidence of already holding SC/DV clearance. Use of the UK Airbridge by crew will require a UK Visa.
The vessels and the providing shipping company including owner/operators/managers are to be United Kingdom (UK), Crown Dependency, British Overseas Territory or European Union (EU) flagged and based.
The vessels flag state must be a country identified as being on the Paris MoU white list for current flag performance
An bidders conference will be held at tender stage.
The contract will be drafted from Baltic International Maritime Council (BIMCO) supply time 2017 terms in conjunction with MOD standard contracting terms.
TUPE may apply to this requirement. |
|
24 093 000 GBP |
II.2.2)
|
Gwybodaeth am opsiynau
Quantity 2 single option years. |
|
Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn
|
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
The authority reserves the right to ask for an Indemnity, guarantee or Bank Bond if the required standard for economical and financial standing is not met.
|
III.1.2)
|
Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol
The estimated annual contract value is GBP 24 093 million. If the estimated annual contract value is greater than 40% of the supplier’s turnover, the authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the authority, evidence showing it has sufficient economic and financial capability, for example such evidence may include:
1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and
2) stating whether the supplier is willing to provide the authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the supplier’s financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.
|
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
If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the authority. The authority shall require the group to form a legal entity before entering into the contract.
|
III.1.4)
|
Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt
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 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 crew provided to man the charter vessels must have passed a criminal reference check, counter terrorist check (CTC) and meet a baseline personnel security standard (BPSS) or provide evidence of already holding SC/DV clearance. Crew using the UK Airbridge Flights will require a UK Visa.
TUPE considerations may apply.
|
III.1.5)
|
Gwybodaeth am gliriad diogelwch
31
- 10
- 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.
A statement of good standing will be required.
|
III.2.2)
|
Capasiti economaidd ac ariannol
|
III.2.3)
|
Capasiti technegol a/neu broffesiynol
|
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
36 |
|
Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr
A DPQQ is carried out to ensure suppliers taken through to to tender stage have the necessary capability.
The minimum number will allow effective competition.
The maximum number will be a manageable number of tenders to evaluate with the resource available.
|
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
S&MOCB/3369 - Falkland Island Marine Services
|
IV.3.2)
|
Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract
|
|
|
|
2019/S 198-481215
18
- 11
- 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
09
- 09
- 2020
12:00 |
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
Electronic Trading
A3 of 3
Version 4.1 dated 1 February 2020
Source: the Commercial Toolkit
Available via: http://aof.uwh.diif.r.mil.uk or https://www.gov.uk/guidance/knowledge-in-defence-kid
Section
Guidance
Potential suppliers must note the mandatory requirement for electronic trading using the contracting, purchasing and finance (CP&F) electronic procurement tool. All payments for contractor deliverables under the contract shall 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
The Cyber level of this requirement is ‘Low’. A Cyber assessment will be carried out at tender stage.
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: 27G2D3S29R.
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-202085-DCB-16917265
|
VI.4)
|
Gweithdrefnau ar gyfer apelio
|
VI.4.1)
|
Corff sy'n gyfrifol am weithdrefnau apelio
Ministry of Defence, Ships, Other |
|
Bristol |
|
UK |
|
|
|
|
|
|
Corff sy'n gyfrifol am weithdrefnau cyfryngu
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Cyflwyno apeliadau
|
VI.4.3)
|
Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dyddiad yr anfonwyd yr Hysbysiad hwn
05
- 08
- 2020 |