이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[영국] Provision of Vessel Refit MRV Scotia 2017-18 CASE: 386578
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2018.01.12
원본


공고명: Provision of Vessel Refit MRV Scotia 2017-18 CASE: 386578

게시일: 2017/12/22

마감일: 2018/01/24

수행지역: 영국

카테고리: 31 - 제조부품


공고내용


Contract notice Directive 2014/24/EU - Public Sector Directive Section I: Contracting authority I.1) Name and addresses
Marine Scotland on behalf of the Scottish Government Area 1-B North, Victoria Quay, Leith Edinburgh EH6 6QQ UK Contact person: Ian Wood Telephone: +44 1312446084 E-mail: ian.wood@scotland.gsi.gov.uk NUTS: UKM Internet address(es) Main address: http://www.scotland.gov.uk Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2) Joint procurement The contract is awarded by a central purchasing body I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge at: http://www.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: http://www.publiccontractsscotland.gov.uk I.4) Type of the contracting authority Ministry or any other national or federal authority, including their regional or local subdivisions I.5) Main activity Environment Section II: Object II.1) Scope of the procurement
II.1.1) Title Provision of Vessel Refit MRV Scotia 2017-18 CASE: 386578 II.1.2) Main CPV code 34511100  II.1.3) Type of contract Services II.1.4) Short description Services II.1.5) Estimated total value Value excluding VAT: 350 000.00 GBP II.1.6) Information about lots This contract is divided into lots: No
II.2) Description

II.2.2) Additional CPV code(s) 34511100 II.2.3) Place of performance NUTS code: UKM Main site or place of performance: At the yard chosen by competitive tender. II.2.4) Description of the procurement Marine Scotland acting on behalf of the Scottish Government wish to set up a service contract which will provide an annual refit service, a list of refit jobs to be completed are stipulated within the invitation to tender documentation. II.2.5) Award criteria Criteria below: Quality criterion: Understanding and approach to meeting service requirements / Weighting: 30 Quality criterion: Staff Competence , Knowledge and Experience / Weighting: 25 Quality criterion: Contract Management / Weighting: 15 Quality criterion: Quality Assurance, Health & Safety and Approach to Risk Management / Weighting: 15 Quality criterion: Corporate and Social Responsibilities / Weighting: 10 Quality criterion: Workforce Matters / Weighting: 5 Price / Weighting:  30 II.2.6) Estimated value Value excluding VAT: 350 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 12/03/2018 End: 30/03/2018 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
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: Not applicable III.1.2) Economic and financial standing Minimum level(s) of standards required: This section refers to Section B of Part IV of the ESPD (Scotland) and covers questions 4B.2-5 of the ESPD (Scotland). 4B.2.1: Bidders will be required to have a minimum "specific" yearly turnover of 600,000 GBP for the last two years. As evidence for the ESPD (Scotland) question 4B.2.1, the Procurement Officer may ask for annual accounts from the bidder. 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, a parent company guarantee may be requested. 4B.4: Bidders must demonstrate a Current Ratio of greater than 0.9. Current Ratio will be calculated as follows: net current assets divided by net current liabilities. There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing. 4B.5: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below: Employers (Compulsory) Liability Insurance = 5 Million GBP Public Liability Insurance = 10 Million GBP Product Liability Insurance = 5 Million GBP III.1.3) Technical and professional ability Minimum level(s) of standards required: List and brief description of selection criteria: Details of technical facilities, measures for ensuring quality and quality management procedures. 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 part II.4 of the OJEU Contract Notice or the relevant section of the site notice. 4C.2: Bidders will be required to provide details of the technicians or technical bodies the bidder can call upon, especially those responsible for quality control in relation to this procurement exercise. 4C.3: Bidders are required to provide a statement of the relevant supply chain management and/or tracking systems used. 4C.4: Pass/Fail - If the bidder does not provide permission to undertake checks by the public body or any competent official body from their country, to be conducted on the production capacities or the technical capacity of the bidder and, where necessary, on the means of study and research which are available to it and on the quality control measures they may not be considered further. 4C.5: Bidders should provide educational and professional qualifications held by the service provider or the contractor itself and its managerial staff. 4C.6: Bidders will be required to confirm that they will employ environmental management measures when performing the contract. 4C.7: Bidders should provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise. 4C.8: Bidders will be required to confirm that whether they intend to subcontract and if so, for what proportion of the contract. Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). OR 2. The bidder must have the following: A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession III.2.3) Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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.2.1) Previous publication concerning this procedure Notice number in the OJ S: 2016/S 234-426602 IV.2.2) Time limit for receipt of tenders or requests to participate Date: 24/01/2018 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 Tender must be valid until: 10/04/2018 IV.2.7) Conditions for opening of tenders Date: 24/01/2018 Local time: 12:00 Place: Victoria Quay Information about authorised persons and opening procedure: Ian Wood, Karen Taylor
Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published: Annual Refit, should be published again in December 2018 VI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used VI.3) Additional information Question Scoring Methodology for Award Criteria outlined in Invitation to Tender. 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement. 1 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 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. 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. 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. 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=454821. 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. 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=522592. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is availab


원본 URL: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304920