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

Procurement and Support of a Reusable Shoulder Launcher.

  • Cyhoeddwyd gyntaf: 17 Hydref 2017
  • Wedi'i addasu ddiwethaf: 17 Hydref 2017

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:
17 Hydref 2017
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, Weapons, International Guns, Missiles and Rockets (IGMR) Project Team

IGMR PT #4105, Mod Abbey Wood

Bristol

BS34 8JH

UK

DesWpnsComrcl-IGMR-CM4a


+44 3064731494

DesWpnsComrcl-IGMR-Air-Land@mod.gov.uk


https://www.gov.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

Procurement and Support of a Reusable Shoulder Launcher.

II.1.2)

Math o gontract cyflenwadau

Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio

Gloucestershire, Wiltshire and Bristol/Bath area.


UKK1

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

Weapons, ammunition and associated parts. The procurement and in service support of Reusable Multi-Role Medium Range Shoulder Launchers (MRSLs), Fire Control Systems (FCS), basic sights and associated munitions. In service support shall consist of but not be limited to spares, repairs and training.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

35300000

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

The procurement and in service support of Reusable Multi-Role Medium Range Shoulder Launchers (MRSLs), Fire Control Systems (FCS), basic sights and associated munitions. In service support shall consist of but not be limited to spares, repairs and training. The contract duration shall be 5 (five) years with an option for an additional 3 (three) years.

There is no guarantee that any contract will be put in place in relation to this notice. No compensation etc

will be paid if a tender withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.

  24 000 00030 000 000
GBP

II.2.2)

Gwybodaeth am opsiynau

The Contract duration will be 5 (five) years, with the option to extend for an additional 3 (three) years of procurement and in service support of Reusable Multi-Role Medium Range Shoulder Launchers (MRSLs), Fire Control Systems (FCS), basic sights and associated munitions. In service support shall consist of but not be limited to spares, repairs and training.

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

II.2.3)

Gwybodaeth am adnewyddiadau



II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

96

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 require an indemnity, guarantee or bank bond.

III.1.2)

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

As specified in the Invitation to Tender.

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.

III.1.5)

Gwybodaeth am gliriad diogelwch


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



(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 three 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.

This will be covered in the Dynamic Pre Qualification Questionnaire



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.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

(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

(l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified 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)

This will be covered in the Dynamic Pre Qualification Questionnaire



This will be covered in the Dynamic Pre Qualification.







III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn

IV.1.1)

Math o Weithdrefn


Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i 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

24

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: EGMSJ99522. Please ensure you follow any instruction provided to you.

The deadline for submitting your response(s) is 13/11/2017 12:00. 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.

Please Note: any score of fail will result in a Fail for the overall PQQ score

Responses to Part 1 Form A, Part 1 Form B, Part 1 Form C, Part 1 Form D and Part 2 form G are scored Pass/Fail.

Questions 1,2,4,5,6 of Part 2 Form F Project Specific Questions will be scored using the following:

Fail — Not Answered or inadequate response fails to demonstrate evidence of an ability to meet the requirement.

1- Poor The response addresses some of the elements of the requirement but does not fully detail, provide evidence or explain how the requirement will be fulfilled

2 — Acceptable The response addresses the majority of the elements of the requirement but does not fully detail, provide evidence or explain how the requirement will be fulfilled.

3 Good The response is comprehensive, unambiguous and demonstrates a thorough understanding of requirement and provides evidence of how the requirement will be met in full.

Question 3 of Part 2 Form F will be scored using the following:

1- Poor The response addresses some of the elements of the requirement but does not fully detail, provide evidence or explain how the requirement will be fulfilled

2 — Acceptable The response addresses the majority of the elements of the requirement but does not fully detail, provide evidence or explain how the requirement will be fulfilled.

3 — Good The response is comprehensive, unambiguous and demonstrates a thorough understanding of requirement and provides evidence of how the requirement will be met in full.

Question 1 of Part 2 Form F Project Specific Questions (2) will be scored using the following:

5 — The management system is aligned to an internationally recognised independent quality standard (such as ISO9001 or equivalent),has industry certification to this standard, undergoes independent 3rd party reviews and has a scope which complements the scope of the contract

3-The management system:is aligned to an international standard (an equivalent independent certification scheme)has industry certification to this standard undergoes 3rd party reviews and has a scope which complements the scope of the contract

1- The management system: is aligned to an industry standard, is reviewed for compliance (please provide details of how) and will complement the scope of the contract (please explain how)

Fail- Insufficient evidence of a management system, Insufficient evidence of reviews or audits or the management system will not complement the scope of the contract.

Question 3 of Part 2 Form F Project Specific Questions (2) will be scored using the following:

5 -1st party and 2nd party audits are up to date and are conducted according to a schedule, covering all areas of the management system and audits are reviewed by independent 3rd party

3- 1st party audits are conducted according to a schedule and are at least 70 % complete or cover at least 70 % of the areas of the management system and audits are reviewed by a 3rd party

1- The management system is reviewed for compliance with the industry standard (please provide details of how this is conducted and by whom)

Fail- Insufficient evidence that the management system is reviewed or audited.

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

IGMR/00060

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

  17 - 11 - 2017   12:00

 


IV.3.4)

Terfyn amser ar gyfer ceisiadau i gymryd rhan

  20 - 11 - 2017   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

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 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

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 only be

made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/mod-contractingpurchasing-and-finance-e-procurement-system.

The Cyber Essentials Risk Level for this procurement is Low

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: EGMSJ99522.

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-20171013-DCB-11195704.

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am weithdrefnau apelio


Ministry of Defence, Weapons, International Guns, Missiles and Rockets (IGMR) Project Team

#4105

Bristol

BS34 8JH

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

  13 - 10 - 2017

Codio

Categorïau nwyddau

ID Teitl Prif gategori
35300000 Arfau, bwledi a chetris a chydrannau cysylltiedig Cyfarpar diogelwch, diffodd tân, heddlu ac amddiffyn

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.