HYSBYSIAD O DDYFARNU CONTRACT YM MEYSYDD AMDDIFFYN A DIOGELWCH
|
Adran I: Awdurdod Contractio
|
I.1)
|
Enw, Cyfeiriad a Phwynt(iau) Cyswllt
|
|
Ministry of Defence |
Building B15, MoD Donnington |
Telford |
TF2 8JT |
UK |
Farnham David
Farnham David |
|
david.farnham@babcockinternational.com |
|
|
|
Adran II: Amcan y Contract
|
II.1)
|
Disgrifiad
|
II.1.1)
|
Teitl a roddwyd i'r contract gan yr awdurdod contractio
The Supply of Heavy Armoured Vehicle Track and Associated Items
|
II.1.2(a))
|
Math o gontract gwaith
|
II.1.2(b))
|
Math o gontract cyflenwadau
 |
|
 |
|
 |
|
 |
|
 |
|
|
II.1.2(c))
|
Math o gontract gwasanaeth
|
II.1.2)
|
Prif safle neu leoliad y gwaith, man cyflawni neu berfformio
UKG21 |
II.1.3)
|
Mae'r hysbysiad hwn yn ymwneud â chytundeb fframwaith
 |
II.1.4)
|
Disgrifiad byr o'r contract neu'r pryniant/pryniannau
The Defence Equipment & Support Land Equipment Vehicle Support Team (VST), part of the UK Ministry of Defence, has awarded a single source framework contract to Cook Defence Systems (CDS) for the provision of track for the VST managed Armoured Fighting Vehicle fleet for a period of 2 years with the option to extend for a further year (one-year option). Please note, Babcock Land Defence Limited (BLDL) is acting as agent on behalf of the Ministry of Defence.
|
II.1.5)
|
Geirfa Gaffael Gyffredin (CPV)
|
|
|
|
35400000 |
|
|
|
|
|
II.2)
|
Cyfanswm gwerth terfynol y contract(au)
|
II.2.1)
|
Cyfanswm gwerth terfynol y contract(au)
125000000.00
GBP
|
Adran IV: Gweithdrefn
|
IV.1)
|
Math o weithdrefn
|
IV.1.1)
|
Math o weithdrefn
|
IV.2)
|
Meini prawf dyfarnu
|
IV.2.1)
|
Meini prawf dyfarnu

|
IV.2.2)
|
Defnyddiwyd arwerthiant electronig
Na
|
IV0.3)
|
Gwybodaeth weinyddol
|
IV.3.1)
|
Rhif cyfeirnod ffeil a roddwyd gan yr awdurdod contractio
|
IV.3.2)
|
Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract
Cyhoeddiadau blaenorol eraill
|
Adran V: Dyfarnu contract
|
|
IRM24/7680 |
|
|
|
|
V.1)
|
Dyddiad dyfarnu'r contract:
3
- 6
- 2025 |
V.2)
|
Nifer y cynigion a dderbyniwyd:
1
Nifer y cynigion a dderbyniwyd yn electronig:
1 |
V.3)
|
Enw a chyfeiriad y gweithredwr economaidd y dyfarnwyd y contract iddo
Cook Defence Systems Limited |
|
Stanhope |
|
UK |
|
|
|
|
|
V.4)
|
Gwybodaeth am werth y contract
125000000.00
GBP
|
V.5)
|
Mae'r contract yn debygol o gael ei is-gontractio
Na

 |
|
Disgrifiad byr o werth/cyfran y contract sy'n debygol o gael ei is-gontractio
|
Adran VI: Gwybodaeth Ategol
|
VI.1)
|
A yw'r contract yn ymwneud â phrosiect a/neu raglen a ariennir gan gronfeydd cymunedol?
Na
|
VI.2)
|
Gwybodaeth Ychwanegol
|
VI.3)
|
Gweithdrefnau ar gyfer apelio
|
VI.3.1)
|
Corff sy'n gyfrifol am weithdrefnau apelio
|
|
|
|
|
|
|
|
|
|
|
Corff sy'n gyfrifol am weithdrefnau cyfryngu
|
|
|
|
|
|
|
|
|
|
VI.3.2)
|
Cyflwyno apeliadau
|
VI.3.3)
|
Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho
|
|
|
|
|
|
|
|
|
|
VI.4)
|
Dyddiad yr anfonwyd yr Hysbysiad hwn
27
- 6
- 2025 |
ATODIAD D3
Cyfiawnhad dros ddewis y weithdrefn wedi'i negodi heb gyhoeddi hysbysiad o gontract ymlaen llaw yn yr OJEU yn unol ag erthygl 28 o Gyfarwyddeb 2009/81/EC
|
|
|
|
|


 |
|
|
|
 |
|
|
|
 |
|
|
|
 |
|
|
|

 |
|
|
|
 |
|
|
|
 |
|
|
|
 |
|
|
|
 |
|
|
|


|
|
|
|
 |
|
|
|
 |
|

 |
|
In accordance with regulation 4 of the Defence and Security Public Contracts (Amendment) (EU Exit) Regulations 2019 (SI 2019/697) this procurement falls to be regulated under the provisions of the Defence and Security Public Contracts Regulations 2011 as amended (in particular by SI 2019/697 and SI 2020/1450). Prior publication of a contract notice in the Official Journal of the European Union is no longer appropriate. It is considered that the award of the contract without prior publication of a contract notice in the UK e-notification service (as required by the relevant legislation) is lawful in accordance with regulation 16(1)(a)(ii) of the DSPCR 2011 for technical reasons and regulation 16(1)(b)(i)(bb) relating to operation and maintenance. It is believed that the services to be provided under the contract can only be supplied by the CDS because CDS is the Original Equipment Manufacturer (OEM) and Design Authority (DA) for these platforms tracks and as such have a detailed understanding of the inherent design of each vehicles track system, understand the implications on the safe operability of the vehicles from any proposed design changes to the parent platform and has developed the necessary relationships with the parent platform's DA's. The Authority is unable to procure a differing track product due to the disproportionate cost and significant logistical and technical burden a mixed configuration of track components would have on the Front Line Command (FLC).
The Authority would need to ensure that FLC are trained in the installation and maintenance of two different types of track and the Authority will need to sufficiently procure two different sets of track under separate contracts to ensure sufficient spares for both types are available. Additionally, there is a significant logistical burden on the FLC whereby they will have to ensure sufficient load carrying capability is available to transit two different types of track to support deployed Operational and Training fleets. Technical risk is created whereby maintainers may inadvertently cross-contaminate track from the differing types, invalidating the Safety Case for that platform. All of this creates an unacceptable operational risk and the Authority does not intend to procure a sufficient number of track components to enact a whole-fleet replacement to eliminate the risk of a mixed configuration.
|
|