HYSBYSIAD O GONTRACT AR GYFER CONTRACTAU YM MEYSYDD AMDDIFFYN A DIOGELWCH
|
Adran I: Awdurdod Contractio
|
I.1)
|
Enw, Cyfeiriad a Phwynt(iau) Cyswllt
|
|
Boats Team |
Ash 2a, MoD Abbey Wood (South) |
Bristol |
BS34 8JH |
UK |
Lorna De Souza
|
+44 7741272862 |
lorna.desouza753@mod.gov.uk |
|
https://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
Design and Build of Intercept and Escort Craft |
II.1.2)
|
Math o gontract cyflenwadau
|
|
|
|
|
|
|
|
|
|
Prif safle neu leoliad y gwaith, man cyflawni neu berfformio
Bristol, City of UKK11 |
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
Small craft. The Ministry of Defence (MoD) Boats Team are required to deliver Intercept and Escort Craft and supporting capability on behalf on Navy Command Headquarters (NCHQ) to be used by a range of users. This project is an important part of the replacement of craft soon approaching or in some cases exceeding their original in-service date. The new craft will enable a reduction in the number of variants currently being operated whilst upgrading the capability to the respective user's portfolio of craft, enabling them to effectively respond and react to the vast number of potential threat within their operations.
|
II.1.6)
|
Geirfa Gaffael Gyffredin (CPV)
|
|
|
|
34522300 |
|
|
|
|
|
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
The outline requirements for the Intercept and Escort Craft are:
(a) the capability shall provide a high performance fast response craft to carry out armed patrol and escort duties of HM Naval Assets in UK territorial waters 24/7/365;
(b) the capability shall have a length overall of less than 10.0 m and be powered by outboard motors;
(c) the capability shall be fully operational at very short notice to respond to incidents anywhere within the defined patrol areas in the defined response times and in all environmental conditions;
(d) the capability shall enable the user to safely undertake the boarding of other vessels (including high-sided vessels) while stationary or underway;
(e) the capability shall integrate complex communications and navigation systems to enable the user to effectively assimilate and compile the operational picture while underway;
(f) the craft will be provided with a detachable ballistic protection kit;
(g) the capability will be provided with appropriate ancillary and support equipment (i.e. trailers);
(h) supporting information and materials to enable the realisation and integration of the capability shall be provided, such as training materials, maintenance and operating manuals;
(i) the capability will protect the security of MoD information that it handles. The winning bidder will be required to lead the assurance of the capability by a MoD-appointed accreditor through the generation of assurance evidence;
(j) the capability will be safe to operate and environmentally compliant throughout the full spectrum of mandated operations;
(k) the capability will be demonstrably supportable and available through life.
• This requirement is to design and build up to 43 craft;
• The firm requirement is for 24 craft, including associated capability to be delivered over a 3-year period; and
• Options to deliver up to 19 additional craft over an additional 3-year period.
This contract will include an option for the following through life support elements, including but not limited to:
— off-site maintenance and repair (off-site from user premises),
— provision of consumable and capital spares,
— post design services.
The estimated value for the acquisition for the firm requirement is GBP 12 960 000 ex VAT.
The estimated value for the acquisition for the option craft is GBP 10 300 200 ex VAT.
The estimated value for the through life support option is GBP 6 400 000 ex VAT. |
|
29 680 000 GBP |
II.2.2)
|
Gwybodaeth am opsiynau
Option — additional craft as described in section II.2.1) Quantity or scope of the contract to this contract notice.
Option — through life support as described in section II.2.1) Quantity or scope of the contract to this contract notice. |
|
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
72 |
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
An indemnity, guarantee or bank bond may be required to support the contract. The authority reserves the right to ask for an indemnity, (parent company) guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing.
|
III.1.2)
|
Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol
For Intercept and Escort Craft, payment will either be made following successful delivery or be made using a Stage Payment Scheme.
In-Service support tasks will be payable upon successful completion of each individual task.
|
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 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.
A statement of good standing will be required as part of the pre-qualification questionnaire response.
|
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 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.
Two years audited accounts will be required as part of the DPQQ response.
|
III.2.3)
|
Capasiti technegol a/neu broffesiynol
Sought through the DPQQ response.
|
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
36 |
|
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: YT74775Z24. Please ensure you follow any instruction provided to you.
The deadline for submitting your response(s) is 25 November 2020 10.00. 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 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.
Full details of the method for choosing the tenderers will be set out in the guidance instructions for the dynamic PQQ.
|
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
BOATS/0005
|
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
25
- 11
- 2020
10:00 |
IV.3.5)
|
Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd
11
- 12
- 2020
|
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.
The cyber risk assessment access code is: RAR-8ZCG9B6P. The cyber risk level for this requirement is very low.
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-contracting-purchasing-and-finance-e-procurement-system
Limitation of contractor's liability — the authority has conducted an assessment of the risks associated with the performance of the design and build element of this requirement. The authority concludes that a limitation of contractor’s liability is not appropriate for this requirement. It is expected that industry should be able to cover any risks through existing or top up insurance.
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: YT74775Z24.
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 0800282324.
Go reference: GO-20201022-DCB-17263134
|
VI.4)
|
Gweithdrefnau ar gyfer apelio
|
VI.4.1)
|
Corff sy'n gyfrifol am weithdrefnau apelio
MOD |
Abbey Wood |
Bristol |
BS34 8JH |
UK |
Lorna.DeSouza753@mod.gov.uk |
+44 7741272862 |
|
|
|
|
Corff sy'n gyfrifol am weithdrefnau cyfryngu
N/A |
|
N/A |
|
UK |
Lorna.DeSouza753@mod.gov.uk |
+44 7741272862 |
|
|
|
VI.4.2)
|
Cyflwyno apeliadau
|
VI.4.3)
|
Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho
N/A |
|
N/A |
|
UK |
Lorna.DeSouza753@mod.gov.uk |
+44 7741272862 |
|
|
|
VI.5)
|
Dyddiad yr anfonwyd yr Hysbysiad hwn
22
- 10
- 2020 |