Ausschreibungen u. Aufträge: Maschinen, Ausrüstungen, Geräte, Apparate und zugehörige Produkte - UK-London
Maschinen, Ausrüstungen, Geräte, Apparate und zugehörige Produkte.
Gabelstapler.
Dokument Nr...................: 147420-2004
Veröffentlicht................: 02.09.2004
*
AUFTRAGSBEKANNTMACHUNG - SEKTOREN
Dienstleistungsauftrag
I.1) Offizieller Name und Anschrift des Auftraggebers: Network Rail
Infrastructure Ltd, Att: Mr D Swainston, 40 Melton Street, UK-London NW1
2EE. Tel.: 020 7557 8419. Fax: 020 7557 9398. E-mail:
Darren.Swainston@networkrail.co.uk. URL: www.networkrail.co.uk.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV):
29000000, 29221511.
Beschreibung: Maschinen, Ausrüstungen, Geräte, Apparate und zugehörige
Produkte.
Gabelstapler.
IV.3.3) Schlusstermin für den Eingang der Angebote oder der
Teilnahmeanträge: 36 Tage nach Versendung der Bekanntmachung.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE - UTILITIES
Services
This contract is covered by the Government Procurement Agreement (GPA):
No.
SECTION I: CONTRACTING ENTITY
I.1) Official name and address of the contracting entity: Network Rail
Infrastructure Ltd, Att: Mr D Swainston, 40 Melton Street, UK-London NW1
2EE. Tel.: 020 7557 8419. Fax: 020 7557 9398. E-mail:
Darren.Swainston@networkrail.co.uk. URL: www.networkrail.co.uk.
I.2) Address from which further information can be obtained: As in I.1.
I.3) Address from which documentation may be obtained: As in I.1.
I.4) Address to which tenders/requests to participate must be sent: As
in I.1.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.4) Framework agreement: Yes.
II.1.5) Title attributed to the contract by the contracting entity: Hire
of Trackside Plant.
II.1.6) Description/object of the contract: To provide all Network Rails
trackside plant to its national maintenance workforce split into
geographical packages across the railway network.
II.1.7) Site or location of works, place of delivery or performance:
National tender with award split geographically by Network Rail"s
maintenance area.
NUTS code: UK1, UK2, UK3, UK4, UK5, UK6, UK7, UK8, UK9 and UKA.
II.1.8) Nomenclature
II.1.9) Division into lots: Yes.
Tenders may be submitted for: All lots.
One lot.
Several lots.
II.1.10) Will variants be accepted: Yes.
II.1.11) Derogation from the use of European specifications: No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: The provision of rail specific
trackside small plant and power tools and non-rail specific trackside
small plant and power tools to Network Rail"s maintenance territories. It
is envisaged that a preferred supplier will be appointed for each of the
maintenance territories with a permanent hire commitment of a core plant
fleet to fulfil the territory"s trackside plant requirements, and
additional call-off hire facility to meet peak demand. The permanent hire
fleet will be renewed annually, with suppliers working with Network Rail
to refine and adjust the core fleet to meet the territories requirements
most cost effectively. In addition the preferred supplier will be
measured on a number of key performance indicators with an annual
performance review carried out on each supplier.
II.2.2) Options. Description and time when they may be exercised: It is
envisaged the contract will be placed as a 3-year contract with the
option to extend for a further 2 years.
II.3) Duration of the contract or time period for execution: 36 months
from the award of the contract.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required: Parent-company guarantees
where appropriate.
III.1.2) Main terms of financing and payment and/or reference to the
provisions in which these are contained: Payments shall be made in
accordance with the conditions of contract specified in the tender
documents.
III.1.3) Legal form to be taken by the grouping of suppliers,
contractors or service providers to whom the contract is awarded: Not
applicable.
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the
contractor, supplier or service provider and information and formalities
necessary for the evaluation of the minimum capacity required:
Demonstration of significant supply to a major undertaking.
III.2.1.1) Legal position - means of proof required: Certificate of
incorporation or other legal form to prove legal entity and status of
provider.
III.2.1.2) Economic and financial capacity - means of proof required: A
copy of the companies audited accounts for each of the last three years.
Provide details of the level of professional indemnity, all risks,
employers liability, public liability and product liability insurance
which the company carries.
The names and addresses of three references.
A single point of contact for any future correspondence in connection
with the requirement to provide the aforementioned information.
A single point of contact for any subsequent tendering process.
Failure to provide the aforementioned information may invalidate the
application.
Applicants meeting minimum standards may be asked to attend an interview
for tenderer selection.
III.2.1.3) Technical capacity - means of proof required: Details of
sustained experience (3 year minimum) of supplying small trackside plant
and power tools.
Details of your operational capacity, geographical spread (incl.
Locations of plant depots) and support infrastructure (specifically
numbers of fitter per depot, management support systems and their ability
to interface with clients legacy systems).
III.2.1.4) Other information: The negotiated procedure as defined in
Directive 93/3 8/EEC will apply to this contract.
Statement on safely policy and description of safety management system.
Details of any prosecutions or outstanding judgements reacting to health
and safety matters in the past five years.
A copy of the company environmental health policy.
A description of the quality management systems in operation in the
company.
III.3) Conditions specific to services contracts
III.3.1) Provision of the service is reserved to a specific profession:
No.
III.3.2) Legal entities required to state the names and professional
qualifications of the personnel responsible for execution of the
contract: No.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Negotiated.
IV.1.2) Number of firms which will be invited to tender: Minimum: 5 -
Maximum: 8.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated in contract documents.
IV.3) Administrative information
IV.3.1) Reference number attributed to the file by the contracting
entity: NR/M/OP/TP.
IV.3.3) Deadline for receipt of tenders or participation requests: 36
days from dispatch of notice.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Scheduled date: 4.10.2004.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
IV.3.6) Minimum period for which the tenderer is required to keep open
the offer: 6 months from the deadline stated for receipt of tenders.
IV.3.7) Conditions for opening tenders
IV.3.7.1) Persons authorised to be present at the opening of tenders:
Sue Batchelor, Contracts and Procurement, 40 Melton Street, UK-London
NW12EE.
IV.3.7.2) Date, time and place: 1.11.2004-12.00.
40 Melton Street, UK-London NW1 2EE.
SECTION VI: OTHER INFORMATION
VI.1) Non-mandatory notice: No.
VI.2) Indication whether this contract is a recurrent one and the
estimated timing for further notices to be published: 5 years.
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.4) Additional information: II.1.3) Type of service contract: service
category 1, repairs and maintenance.
VI.5) Date of dispatch of this notice: 25.8.2004.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de