이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[영국] Supply & Delivery of Spare parts and Services for Plant Equipment
구분
지원사업/입찰
출처
연합뉴스
작성자
관리자
작성일
2018.01.19
원본


공고명: Supply & Delivery of Spare parts and Services for Plant Equipment

게시일: 2017/12/22

마감일: 2020/01/02

수행지역: 영국

카테고리: 31 - 제조부품


공고내용


Contract notice Directive 2014/24/EU - Public Sector Directive Section I: Contracting authority I.1) Name and addresses
Glasgow City Council Chief Executives Department, City Chambers Glasgow G2 1DU UK Contact person: Raji Purba Telephone: +44 1412872000 E-mail: raji.purba@glasgow.gov.uk Fax: +44 1412879399 NUTS: UKM82 Internet address(es) Main address: www.glasgow.gov.uk Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge at: https://www.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: https://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 & Delivery of Spare parts and Services for Plant Equipment Reference number: GCC004026CPU II.1.2) Main CPV code 16000000  II.1.3) Type of contract Services II.1.4) Short description The council invites tender bids for the Supply & Delivery of Spare parts and Services for Plant Equipment for following 6 Lots: 1-Ground Maintenance ??? Spare Parts & Services 2-Building and Construction Machinery and Accessories -Spare Parts & Services 3-Trailer Accessories -Spare Parts & Services 4-Pressure Washers ???Spare Parts & Services 5-Gritting -Spare parts only 6-Ground Maintenance ???Spare parts only Bidders must ensure that the performance and the warranty of the plant equipment is not affected by any services or spare parts supplied. Therefore for each manufacturer, that bidders are applying for, they are required to agree to the conditions listed within ???Document Two - Letter of compliance???. As part of the minimum criteria, only those suppliers who sign and return this document, will proceed to the award stage of the evaluation. II.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for maximum 6 lots
II.2) Description
Lot No: 1
II.2.1) Title Ground Maintenance ??? Spare Parts & Services II.2.2) Additional CPV code(s) 16000000 16100000 03000000 16400000 16500000 16530000 34144700 16310000 16311000 44511500 16710000 16120000 34390000 34138000 42415000 II.2.3) Place of performance NUTS code: UKM82 II.2.4) Description of the procurement Supply and Delivery of spare parts and services for the undernoted manufacturers: 1 -Stihl 2 -Etesia 3 -John Deere 4 -Bobcat 5 -Kubota 6 -Toro 7 -Dennis 8 -Weidenman 9 -Wessex 10 -Ransome/Jacobsen 11 -Farmi The successful supplier(s) shall be responsible to ensure that all spare parts and services provided do not affect the warranty or the performance of the plant equipment. With regards to supply of spare parts the council requires service providers to provide direct and imprest stock. II.2.5) Award criteria Criteria below: Quality criterion: Fair Working Practices / Weighting: 5 Quality criterion: Quality / Weighting: 38 Price / Weighting:  57 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: Yes Description of renewals: Up to a further period of 12 months 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
Lot No: 2
II.2.1) Title Building and Construction Machinery and Accessories - Spare Parts & Services II.2.2) Additional CPV code(s) 43300000 43320000 43413000 43413100 16000000 03144000 44512300 43812000 42675100 44511500 II.2.3) Place of performance NUTS code: UKM82 II.2.4) Description of the procurement Supply and Delivery of spare parts and repairs services for the undernoted manufacturers: 12 -Wacker Neuson 13 -Caterpillar 14 -Belle The successful supplier(s) shall be responsible to ensure that all spare parts and services provided do not affect the warranty or the performance of the plant equipment. With regards to supply of spare parts the council requires the service providers to provide direct and imprest stock. II.2.5) Award criteria Criteria below: Quality criterion: Fair Working Practices / Weighting: 5 Quality criterion: Quality / Weighting: 38 Price / Weighting:  57 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: Yes Description of renewals: Up to a further period of 12 months 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
Lot No: 3
II.2.1) Title Trailer Road Accessories - Spare Parts & Services II.2.2) Additional CPV code(s) 16500000 16510000 16520000 16530000 16540000 34200000 34220000 34223000 34223100 34223300 II.2.3) Place of performance NUTS code: UKM82 II.2.4) Description of the procurement Supply & Delivery of Spare parts and Services for Plant Equipment for the following: 15 -Bateson 16 -Indespension 17 -BTH 18 -IforWilliams 19 -Torton The successful supplier(s) shall be responsible to ensure that all spare parts and services provided do not affect the warranty or the performance of the plant equipment. With regards to supply of spare parts the council requires the service providers to provide direct and imprest stock II.2.5) Award criteria Criteria below: Quality criterion: Fair Working Practices / Weighting: 5 Quality criterion: Quality / Weighting: 38 Price / Weighting:  57 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: Yes Description of renewals: Up to a further period of 12 months 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
Lot No: 4
II.2.1) Title Pressure Washers ??? Spare Parts & Services II.2.2) Additional CPV code(s) 44532200 42000000 24000000 II.2.3) Place of performance NUTS code: UKM82 II.2.4) Description of the procurement The council invites tender bids for the Supply & Delivery of Spare parts and Services for the following: 20 -Aquawash 21 -Rhinowash/ Scotkleen 22 -Flowplant 23 -Cleanwell 24 -Karcher 25 -Harben The successful supplier(s) shall be responsible to ensure that all spare parts and services provided do not affect the warranty or the performance of the plant equipment. II.2.5) Award criteria Criteria below: Quality criterion: Fair Working Practices / Weighting: 5 Quality criterion: Quality / Weighting: 38 Price / Weighting:  57 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: Yes Description of renewals: Up to a further period of 12 months 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
Lot No: 5
II.2.1) Title Ground Maintenance ??? Spare parts only II.2.2) Additional CPV code(s) 16000000 03100000 16310000 16311000 44511500 34144700 16120000 16700000 16710000 33141410 77342000 77340000 43313200 II.2.3) Place of performance NUTS code: UKM82 II.2.4) Description of the procurement Supply & Delivery of Spare parts for the following: 26 -Scag 27 -Greenmech 28 -Spearhead 29 -Sisis 30 -Eleit 31 -Nimo 32 -Entec 33 -Votex Whirlwind Blower 34 -Rayco The successful supplier(s) shall be responsible to ensure that all spare parts do not affect the warranty or the performance of the plant equipment. With regards to supply of spare parts the council requires the service providers to provide direct and imprest stock II.2.5) Award criteria Criteria below: Quality criterion: Fair Working Practices / Weighting: 5 Quality criterion: Quality / Weighting: 20 Price / Weighting:  75 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: Yes Description of renewals: Up to a further period of 12 months 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
Lot No: 6
II.2.1) Title Gritting - Spare parts only II.2.2) Additional CPV code(s) 34144440 16110000 43313000 43313100 II.2.3) Place of performance NUTS code: UKM82 II.2.4) Description of the procurement Supply & Delivery of Spare parts for the following: 35 -Vale 36 -Snowex 37 -Bunce Epoke 38 -Cruiser Turbocaster 39 -Tomlin 40 -Lewis The successful supplier(s) shall be responsible to ensure that all spare parts do not affect the warranty or the performance of the plant equipment. With regards to supply of spare parts the council requires the service providers to provide direct and imprest stock II.2.5) Award criteria Criteria below: Quality criterion: Fair Working Practices / Weighting: 5 Quality criterion: Quality / Weighting: 20 Price / Weighting:  75 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 36 This contract is subject to renewal: Yes Description of renewals: Up to a further period of 12 months 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
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: Please refer to "Document Three" Supplier guidance document within the supplier attachment area of the portal within PCST: III.1.2) Economic and financial standing List and brief description of selection criteria: Bidders must comply with the undernoted financial & insurance requirements in order to participate in the tendering process:- FINANCIAL REQUIREMENTS There is a minimum financial requirement that affects trading performance and balance sheet strength Financial requirements should be calculated on latest filed accounts with Company House. Non Company organisations (Sole Traders, Partnerships) must supply documentary evidence that that the undernoted financial requirements have been met. Trading Performance Ratio An overall positive outcome on pre-tax profit to Turnover over a 3 year period Exceptional items can be excluded from the calculation. Balance Sheet strength Net worth of the organisation must be positive Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. INSURANCE REQUIREMENTS Employers (Compulsory) Liability Insurance Bidder shall take out and maintain, throughout the period of the contract, Employer???s Liability insurance to the value of at least TEN MILLION POUNDS STERLING (GBP 10,000,000) in respect of any one event and unlimited in the period. Products Liability Bidder shall take out and maintain, throughout the period of the contract, Public Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (GBP 5,000,000) in respect of any one event and unlimited in the period. Public Liability Insurance Bidder shall take out and maintain, throughout the period of the contract, Products Liability insurance to the value of at least FIVE MILLION POUNDS STERLING (GBP 5,000,000) in respect of any one event and in the aggregate. These can be stand-alone policies or covered under a Motor Trade Insurance policy which should also include Sales & Service Indemnity. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. III.1.3) Technical and professional ability Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession III.2.2) Contract performance conditions KPIs as detailed within the Invitation To Tender document.
Section IV: Procedure IV.1) Description
IV.1.1) Type of procedure Open procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement with several operators. 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: 01/02/2018 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: 4 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 01/02/2018 Local time: 12:00
Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published: This framework is for 3 years with an option to extend for upto 12 months. If the extension is not utilised, it is estimated that the notice for this re-tender will be issued in 2020. If the extension is taken then notice for this re-tender will be issued in 2021 VI.2) Information about electronic workflows Electronic invoicing will be accepted Electronic payment will be used VI.3) Additional information Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Information regarding the European Single Procurement document and contracting authority specific requirements can all be found in "DOCUMENT THREE" Supplier Guidance Document, which is available within the supplier attachment area of Public Contracts Scotland Tender under project code 8852. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8852. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The council is seeking to encourage Voluntary Community Benefits for a particular procurement activity. This will not form part of the evaluation, or indeed place a contractual obligation on the supplier; however those which are offered and accepted by the council will be reported in the Corporate Procurement Annual Report. Delivery of Voluntary Community Benefits will be monitored through management information provided by the supplier and as part of the Contract and Supplier Management process. (SC Ref:510773) VI.4) Procedures for review
VI.4.1) Review body
Glasgow City Council Chief Executives Department, City Chambers Glasgow G2 1DU UK Telephone: +44 1412872000 Fax: +44 1412879399 Internet address(es) URL: www.glasgow.gov.uk
VI.4.3) Review procedure Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures: Glasgow City Council must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 86 of The Public Contract (Scotland) Regulations 2015 (???the Regulations???). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court pro


원본 URL: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304713