이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[영국] Supply and Delivery of Three New Pickups
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2018.01.22
원본


공고명: Supply and Delivery of Three New Pickups

게시일: 2017/12/21

마감일: 2020/08/01

수행지역: 영국

카테고리: 31 - 제조부품


공고내용


Contract Notice (below OJEU threshold) Section I: Contracting authority I.1) Name and addresses
Orkney Islands Council Council Offices, School Place Kirkwall KW15 1NY UK Telephone: +44 01856873535 E-mail: bruce.pinkerton@orkney.gov.uk Fax: +44 01856876158 NUTS: UKM65 Internet address(es) Main address: http://www.orkney.gov.uk Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00369
I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge at: www.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: www.publiccontractsscotland.gov.uk I.4) Type of the contracting authority Regional or local authority I.5) Main activity General public services Section II: Object II.1) Scope of the procurement
II.1.1) Title Supply and Delivery of Three New Pickups Reference number: OIC/PROC/0704 II.1.2) Main CPV code 34100000  II.1.3) Type of contract Supplies II.1.4) Short description Orkney Islands Council (the Authority) has a requirement for the supply and delivery of three new pickups. II.1.5) Estimated total value Value excluding VAT: 84 000.00 GBP II.1.6) Information about lots This contract is divided into lots: No
II.2) Description

II.2.2) Additional CPV code(s) 34100000 34114000 34144400 II.2.3) Place of performance NUTS code: UKM65 II.2.4) Description of the procurement Orkney Islands Council (the Authority) has a requirement for the supply and delivery of three new pickups, complete with tipping body. II.2.5) Award criteria Criteria below: Quality criterion: Quality / Weighting: 40 Price / Weighting:  60 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 1 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: No II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No II.2.14) Additional information Economic operators may be excluded from this competition if they are in breach of any of the situation referred to in Regulation 8(1) of The Procurement (Scotland) Regulations 2016.
Section III: Legal, economic, financial and technical information III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions: As stated within Appendix A to the Contract Notice for the Supply and Delivery of Three New Pickups. III.1.2) Economic and financial standing List and brief description of selection criteria: As detailed within Appendix A to the Contract Notice for the Supply and Delivery of Three New Pickups. Minimum level(s) of standards required: Question 4B.1.1 Bidders should provide their general yearly turnover for the most recent two years (as per their audited accounts) Question 4B.2.1 Bidders should provide their ???specific??? yearly turnover in the business area(s) covered by the contract for the most recent two years (as per their audited accounts) Question 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up / started trading Question 4B.4 Bidders will be required to state the values for the following financial ratios for the most recent two years and it is a minimum requirement that the ratios are within the acceptable range: Liquidity Ratio of the Company (current assets divided by current liabilities ??? found on Balance Sheet) The acceptable range for this ratio is: 1:2 or more Ratio value (Year:????????????): Ratio value (Year:????????????): Net Profit Margin of the Company (net profits divided by revenue x 100) The acceptable range for this ratio is: >0 (i.e. Positive) Ratio value (Year:????????????): Ratio value (Year:????????????): Annualised Contract value to Turnover (Annualised Contract value : Contract Value divided by Contract Duration as per Contract Notice) The acceptable range for this ratio is: 1:2 or more Annualised Contract value: Ratio value (Year:????????????): Ratio value (Year:????????????): Question 4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer???s (Compulsory) Liability Insurance = GBP10 Million Public Liability Insurance = GBP5 Million Product Liability Insurance = GBP2 Million Question 4B.6 Bidders shall include copies of the audited accounts for the most recent two years and, where appropriate, shall provide additional supporting information including eg. details of any significant differences since the last set of audited accounts. The following additional supporting information can also be provided in respect of your organisation: I. A statement of your turnover, profit and loss account and cashflow for the most recent year of trading; and/or ii. A statement of your cashflow forecast for the current year and a bank letter outlining the current cash and credit position; and/or iii. An alternative means of demonstrating financial status III.1.3) Technical and professional ability List and brief description of selection criteria: As detailed within Appendix A to the Contract Notice for the Supply and Delivery of Three New Pickups. Minimum level(s) of standards required: Question 4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice. The weighting to be applied to each question is as follows: Question 4C.1.2 100% Questions 4C1.2 shall be marked 0-4 in accordance with the following markings scheme: Score = 0 Unacceptable ??? Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. Score = 1 Poor ??? Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient detail or explanation to demonstrate how the requirement will be fulfilled. Score = 2 Acceptable ??? Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. Score = 3 Good ??? Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled. Score = 4 Excellent ??? Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Section IV: Procedure IV.1) Description
IV.1.1) Type of procedure Open procedure IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate Date: 08/01/2018 Local time: 12:00 IV.2.4) Languages in which tenders or requests to participate may be submitted EN IV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 3 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 08/01/2018 Local time: 12:00 Place: Council Offices, School Place, Kirkwall, Orkney Information about authorised persons and opening procedure: Elected Councillor and two officers with delegated authority.
Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: No VI.3) Additional information The Council reserves the right to cancel the procurement at any stage and not award a Contract. The expenditure, work or effort undertaken by bidders prior to the award of any Contract is accordingly a matter solely for the commercial judgement of bidders. Late tenders will not be considered by the Council. An economic operator that suffers, or risks suffering loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session. Tenderers should complete the ESPD (Scotland) contained within the Invitation to Tender documentation referring to "Appendix A to the Contract Notice for the Supply and Delivery of Three New Pickups - OIC/PROC/0704" NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=523789. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:523789) Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=523789 VI.4) Procedures for review


원본 URL: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304806