Ausschreibungen u. Aufträge: Wassercontainer - UK-Bicester
Wassercontainer.
Wasserkanister.
Dokument Nr...................: 150917-2004
Veröffentlicht................: 09.09.2004
*
VERGABEBEKANNTMACHUNG
Lieferauftrag
I.1) Offizieller Name und Anschrift des öffentlichen Auftraggebers:
Ministry of Defence, Defence Clothing IPT, Att: DCIPTVCCM5b1, Building
29, Room 12, Skimmingdish Lane, Caversfield, UK-Bicester OX27 8TS. Tel.:
01869 875 950. Fax: 01869 875 909. E-mail: dciptvccm5b1@dlo.gsi.gov.uk.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV):
28213500, 36671140.
Beschreibung: Wassercontainer.
Wasserkanister.
IV.3.3) Schlusstermin für den Eingang der Angebote oder
Teilnahmeanträge: 13.10.2004.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE
Supplies
This contract is covered by the Government Procurement Agreement (GPA):
No.
SECTION I: CONTRACTING AUTHORITY
I.1) Official name and address of the contracting authority: Ministry of
Defence, Defence Clothing IPT, Att: DCIPTVCCM5b1, Building 29, Room 12,
Skimmingdish Lane, Caversfield, UK-Bicester OX27 8TS. Tel.: 01869 875
950. Fax: 01869 875 909. E-mail: dciptvccm5b1@dlo.gsi.gov.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.
I.5) Type of contracting authority: Body governed by public law.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.2) Type of supplies contract: Purchase.
II.1.4) Framework agreement: Yes.
II.1.5) Title attributed to the contract by the contracting authority:
Supply of personal hydration systems.
II.1.6) Description/object of the contract: The requirement is for a
one-year fixed quantity contract, with a one-year option, for the supply
of an estimated quantity of 20 000 to 35 000 personal hydration systems
including accessories and spares to DC IPT"s requirements. Delivery for
the first year will be required before April 2005.
II.1.7) Site or location of works, place of delivery or performance:
Ex-works to UK-Bicester or CIF UK port of entry to be nominated by the
tenderer.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV): 28213500, 36671140.
II.1.10) Will variants be accepted: No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope: The supply of an estimated quantity of
20 000 to 35 000 personal hydration systems to meet DC IPT"s requirements
which will be supplied by the authority on issue of invitations to
tender. Tenders may be for all or part of the requirement.
All companies expressing an interest in this requirement are to be UKAS
ISO accredited to 9001:2000, or equivalent for overseas suppliers. ISO
Certificates and Certificates of Scope are to be provided with the
expression of interest.
An ability to conduct business electronically will be an essential
requirement, in accordance with www.d2btrade.com.
II.3) Duration of the contract or time limit for completion: Starting:
1.1.2005 - Ending: 30.4.2005.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.2) Main terms of financing and payment and/or reference to the
relevant provisions: Payment is made on delivery of finished goods.
III.1.3) Legal form to be taken by the grouping of suppliers,
contractors or service providers to whom the contract is awarded: No
special legal form required but each supplier will be required to become
jointly and severally responsible for the contract before acceptance.
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 economic, financial and
technical capacity required: Unless evidence as to technical capability
and financial standing has already been supplied in the last two years,
(in which case, give details as to when and to whom this evidence was
provided) the following evidence should be provided.
III.2.1.2) Economic and financial capacity - means of proof required: A
statement of the supplier"s overall turnover and its turnover in respect
of the products to which the contract relates for the three previous
financial years.
III.2.1.3) Technical capacity - means of proof required: A list of the
principal deliveries effected in the past three years, with the sums,
dates and recipients, public or private, involved:
where effected to public authorities, evidence to be in the form of
certificates issued or countersigned by the competent authority;
where effected to private purchasers, delivery to be certified by the
purchaser or, failing this, simply declared by the supplier to have been
effected.
A description of the supplier"s technical facilities, its measures for
ensuring quality and its study and research facilities.
Indication of the technicians or technical bodies involved, whether or
not belonging directly to the supplier, especially those responsible for
quality control.
Certificates drawn up by official quality-control institutes or agencies
of recognized competence attesting conformity to certain specifications
or standards of products clearly identified by references to
specifications or standards.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Restricted.
IV.1.1) Candidates already selected: No.
IV.1.4) Envisaged number of suppliers which will be invited to tender:
Minimum: 6 - Maximum: 8.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated below:
1: technical merit;
2: delivery date;
3: price.
In descending order of priority: Yes.
IV.3) Administrative information
IV.3.1) Reference number attributed to the file by the contracting
authority: DCIPT DC1aESL/0174.
IV.3.3) Time-limit for receipt of tenders or requests to participate:
13.10.2004.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Estimated date: 18.10.2004.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
IV.3.6) Minimum time frame during which the tenderer must maintain its
tender: 6 months from the deadline stated for receipt of tenders.
SECTION VI: OTHER INFORMATION
VI.1) Non-mandatory notice: No.
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.5) Date of dispatch of this notice: 6.9.2004.
--------------------------------------------------------------------------------
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