None

I stedet for: II.1.1) Title attributed to the contract by the contracting authority: Commercially Supported Shipping (CSS) Future In-Service Support (FISS) — Classification, Survey and Design Appraisal Services Requirement for thirteen (13) Royal Fleet Auxiliary (RFA) and one (1) Royal Navy (RN) Vessels. II.1.4) Information on framework agreement: Estimated value excluding VAT: Range: between 3 000 000 and 4 000 000 GBP II.1.5) Short description of the contract or purchase(s): (...) This requirement is for the provision of classification, survey and design appraisal planning, services to support x13 RFA and x1 RN platforms. (...) II.2.1) Total quantity or scope: The scope of this requirement covers the provision and procurement of classification, survey and design appraisal services for the following ships: RFA Wave Knight, RFA Wave Ruler (Wave class); RFA Fort Austin, RFA Fort Rosalie, RFA Fort Victoria (Fort Class); RFA Lyme Bay, RFA Mounts Bay, RFA Cardigan Bay (Bay Class); RFA Argus; HMS Scott (OSV); RFA Tidespring, RFA Tiderace, RFA Tidesurge, RFA Tideforce (Tide Class). The successful contractors may need to offer national and international classification and survey support and assist with the planning, management and implementation of maintenance periods. Maintenance periods may include, but not be limited to: Refit Periods; Docking Periods; Contractor Support Periods; Annual Certification Periods; and Assisted Maintenance Periods. The successful organisation will be required to work collaboratively with allocated maintenance contractors and CSS staff. CSS is currently running a competition to identify the maintenance contractors suitable for managing the support requirements. This is split into three separate capabilities as follows: Lot 1(Wave and Fort Class), Lot 2 (Bay Class, RFA Argus and HMS Scott) and Lot 3 (Tide Class). It is envisaged that there will be one (1) joint support team per maintenance contractor. Each of these Lots will last for ten (10) years. (...) VI.3) Additional information: 31.7.2017 (23:55) Læses: II.1.1) Title attributed to the contract by the contracting authority: Commercially Supported Shipping (CSS) Future In-Service Support (FISS) — Classification, Survey and Design Appraisal Services Requirement for thirteen (13) Royal Fleet Auxiliary (RFA) and three (3) Royal Navy (RN). II.1.4) Information on framework agreement: Estimated value excluding VAT: Range: between 3 500 000 and 4 500 000 GBP II.1.5) Short description of the contract or purchase(s): (...) This requirement is for the provision of classification, survey and design appraisal planning, services to support x13 RFA and x3 RN platforms. (...) II.2.1) Total quantity or scope: The scope of this requirement covers the provision and procurement of classification, survey and design appraisal services for the following ships: RFA Wave Knight, RFA Wave Ruler (Wave class); RFA Fort Austin, RFA Fort Rosalie, RFA Fort Victoria (Fort Class); RFA Lyme Bay, RFA Mounts Bay, RFA Cardigan Bay (Bay Class); RFA Argus; HMS Scott (OSV); RFA Tidespring, RFA Tiderace, RFA Tidesurge, RFA Tideforce (Tide Class); HMS Echo, HMS Enterprise (SVHO). The successful bidder may need to offer national and international classification and survey support and assist with the planning, management and implementation of maintenance periods. Maintenance periods may include, but not be limited to: Refit Periods; Docking Periods; Contractor Support Periods; Annual Certification Periods; and Assisted Maintenance Periods. The successful bidder will be required to work collaboratively with CSS staff and up to four (4) allocated maintenance contractors. CSS is currently running competitions to identify the maintenance contractors suitable for delivering the support requirements, which are as follows: One competition (CSS/0096) to identify maintenance contractors for thirteen (13) RFA and one (1) RN vessel is split into 3 lots as follows: Lot 1 (Wave and Fort Class), Lot 2 (Bay Class, RFA Argus and HMS Scott) and Lot 3 (Tide Class). There will be at least two (2) maintenance contractors selected from this competition. It is envisaged that there will be one (1) joint support team per maintenance contractor. 1 competition (CSS/0122) to identify a contractor for the delivery of an Asset Availability Service (AAS) for the maintenance and upkeep of HMS Echo and Enterprise (SVHO). (...) VI.3) Additional information: 14.8.2017 (23:55) Yderligere supplerende oplysninger Berigtigelser eller tilføjelser i det korresponderende udbudsmateriale. Yderligere oplysninger findes i det korresponderende udbudsmateriale. 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 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 The DPPQ Guidance Instructions Document is included as Supporting Documentation with each DPQQ. Potential Providers are advised to read through this carefully before commencing their DPQQ response. The DPQQ questions and Guidance Instructions document must be read to ensure an appropriate level of evidence is submitted. All elements of the dPQQ must be addressed. 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 https://www.contracts.mod.uk/delta 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: 5G79E847R9. Please ensure you follow any instruction provided to you here. The deadline for submitting your response(s) is 14.8.2017 23:55. 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 or call 0800 282 324. 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: 5G79E847R9. 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-2017725-DCB-10701593.
CPV-Code: 50241000
Abgabefrist: 31.07.2017
Typ: Additional information
Status: Submission for all lots
Aufgabe: Defence
Vergabestelle:
name: Ministry of Defence, Ships, Commercially Supported Shipping (CSS) Team
address: Ash 2a #3203, Defence Equipment and Support
postal_code: BS34 8JH
city: Bristol - UK
country: UK
email: None
phone: None
contact_point:
idate: 1. Juli 2020 19:20
udate: 1. Juli 2020 19:20
doc: 295947_2017.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:295947-2017:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: The most economic tender
Vertrag: Services
Prozedur: Negotiated procedure
Nuts: None
Veröffentlichung: 28.07.2017
Erfüllungsort: Bristol - GB
Link:
Lose:
Name Los Nr 1 United Kingdom__Bristol__Reparatur und Wartung von Schiffen
Gewinner None
Datum
Wert None
Anzahl Angebote None