None

I stedet for: VI.3) Additional information: —. Læses: VI.3) Additional information: Additional Information added 21.1.2016. The Authority has received numerous questions regarding the Warrior Capability Sustainment Programme Training Solution (WCSP-TS). The Questions and clarifications have been broken down as follows 1. Authority Questions Errors 2. General Questions 3. Additional Information 1.Authority Question Errors It has come to the Authority's attention that in Question 6.1.2 of Pre- Qualification Questionnaire which states: Please provide and upload a Certificate of Conformity (CoC) from a customer confirming that the supplies or services were satisfactorily delivered to the correct quality standard in 6.2.2 and 6.2.3 above. CoC shall be provided in accordance with DEFCON 627 Edition 12/10. Quality Assurance Requirement for a Certificate of Conformity. Access to DEFCONS. The Acquisition System Guidance (ASG), formerly the Acquisition Operating Framework (AOF), is the main source of policy and guidance on acquisition for the MOD and industry partners. The ASG is available via registered access.’The error was the inclusion of the following text " in 6.2.2 and 6.2.3 above". The sentence "Please provide and upload a Certificate of Conformity (CoC) from a customer confirming.........". The insertion of the "from" is incorrect and should be "to". Question 6.1.2 should read as follows; Please provide and upload a Certificate of Conformity (CoC) to a customer confirming that the supplies or services were satisfactorily delivered to the correct quality standard. CoC shall be provided in accordance with DEFCON 627 Edition 12/10. Quality Assurance Requirement for a Certificate of Conformity. Access to DEFCONS. The Acquisition System Guidance (ASG), formerly the Acquisition Operating Framework (AOF), is the main source of policy and guidance on acquisition for the MOD and industry partners. The ASG is available via registered access. Please note Question 6.7.1 the upload function has not been added in error please therefore Upload the document as part of question 6.6.1 clearly labelling the response to question 6.7.1 in the uploaded document. Please ensure the document is a Microsoft Word Document and for the word count to be no more than 2000 words. 2.General Questions Section 2 states that we have to answer 'Yes' or 'No' to each question. Question 2.1.7 does not contain any 'Yes' or 'No' tick boxes. Can the Authority confirm how they would like this question answered? The Authority response to this question is: Only tick the boxes that are relevant to your organisation In question 8.2.3 it asks for the signature on behalf of the potential provider. As it has not been possible to insert a typed name can the Authority confirm how they would like this question answered. The Authority response to this question is: Please type the name in as done in box 8.2.1 The Authority has received a question regarding whether PDF’s can be uploaded instead of Word documents. The Authority response to this question is: PDF’s are only accepted in areas where the Authority have asked for certificate and audited accounts (Sections 4.2.1 -4.2.4). PDF documents will not be accepted for responses to questions in section 6. PART 2: FORM F: Project Questions. We would kindly ask you to provide us more detailed information (specifications, tender documents etc.) as far as they are available at the moment. The Authority response to this question is: The Authority at this moment in time is not in a position to provide any additional information other than the documents provided as part of the PQQ. The Authority have been asked whether a Certificate of Conformance (CoC) can be uploaded to a response to question 6.2.1The Authority response to this question is: The Authority are not going to inform or direct a company on how to respond to a specific question referenced within the DPQQ, this is considered a Commercial decision solely for the company to undertake. The Auhtoirty have been asked to define the level of security clearance that will be required for this contract (PQQ 7.2.1)?The Authority response to this question is: The level of Security clearance required will be no higher than Official-Sensitive. 3.Additional Information For clarification, Question 6.2.1 for Certificates of Conformity (CoC), it is acceptable for prospective bidders to provide CoC examples to customers not in the UK; providing the CoC demonstrates the supply or service, imposed by your customers, were satisfactorily delivered to the required quality standard. Where non UK CoC examples are provided, the DEFCON 627 CoC format is not applicable. Where prospective bidders have examples of Defence related CoC’s within the UK, DEFCON 627 Edition 12/10 still applies. Yderligere supplerende oplysninger Berigtigelser eller tilføjelser i det korresponderende udbudsmateriale. Yderligere oplysninger findes i det korresponderende udbudsmateriale. 1.The estimated average annual contract value is 9 000 000 GBP. If the estimated annual contract value is greater than 25 % 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, e.g. such evidence may include: (a) Any additional information proving it has sufficient economic and financial resources to deliver the requirement; and (b) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond. A financial assessment may 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 will be utilised as part of this process. 2.The Authority reserves the right to review the outcome of the Dynamic Pre-Qualification Questionnaire (DPQQ) to inform the procurement strategy going forward. 3. As part of competitive negotiated procedure the Authority may wish to have up to 2 rounds of negotiations. The Authority reserves the right to either reduce or add to the number of rounds of negotiations. 4. The PQQ assessment will be conducted solely on the evidence provided in your PQQ responses. We will not investigate references as part of the PQQ stage. The PQQ assessment will consider the relevance of the evidence provided 5. The contract award and completion dates in section II.3 are estimated dates. 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, and the contract will be awarded on the basis of the most economically advantageous tender. Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation. From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC. https://www.gov.uk/government/publications/government-security-classifications 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. 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 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: 6Q54JQ2679 Please ensure you follow any instruction provided to you. 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 GO Reference: GO-2016121-DCB-7609294.
CPV-Code: 80630000
Abgabefrist: 03.02.2016
Typ: Additional information
Status: Submission for all lots
Aufgabe: Defence
Vergabestelle:
name: Ministry of Defence, Land Equipment, Training and Simulation Systems Programme (TSSP)
address: Elm 3b #4325, Abbey Wood South
postal_code: BS34 8JH
city: Bristol - UK
country: UK
email: None
phone: +44 3067986530
contact_point:
idate: 24. Juni 2020 01:43
udate: 24. Juni 2020 01:43
doc: 025769_2016.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:025769-2016:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: The most economic tender
Vertrag: Services
Prozedur: Negotiated procedure
Nuts: None
Veröffentlichung: 26.01.2016
Erfüllungsort: Bristol - GB
Link:
Lose:
Name Los Nr 1 United Kingdom__Bristol__Schulung und Simulation für Militärfahrzeuge
Gewinner None
Datum
Wert None
Anzahl Angebote None