此網頁需要支援 JavaScript 才能正確運行,請先至你的瀏覽器設定中開啟 JavaScript。

This webpage requires JavaScript to function properly. Please enable JavaScript in your browser settings.

Cette page web nécessite JavaScript pour fonctionner correctement. Veuillez activer JavaScript dans les paramètres de votre navigateur.

Esta página web requiere JavaScript para funcionar correctamente. Por favor, habilite JavaScript en la configuración de su navegador.

Diese Webseite benötigt JavaScript, um ordnungsgemäß zu funktionieren. Bitte aktivieren Sie JavaScript in Ihren Browser-Einstellungen.

Для корректной работы этой веб-страницы требуется поддержка JavaScript. Пожалуйста, включите JavaScript в настройках вашего браузера.

このウェブページを正常に動作するにはJavaScriptが必要です。ブラウザの設定でJavaScriptを有効にしてください。

이 웹 페이지는 올바르게 작동하려면 JavaScript가 필요합니다. 브라우저 설정에서 JavaScript를 활성화하십시오.

Tato webová stránka vyžaduje pro svůj správný chod podporu JavaScriptu. Prosím, povolte JavaScript v nastavení vašeho prohlížeče.

Ez a weboldal a megfelelő működéshez JavaScript támogatásra szorul. Kérjük, engedélyezze a JavaScript használatát a böngészőjében.

Questa pagina web richiede JavaScript per funzionare correttamente. Si prega di abilitare JavaScript nelle impostazioni del browser.

Šī tīmekļa lapa darbībai ir vajadzīgs JavaScript atbalsts. Lūdzu, ieslēdziet JavaScript savā pārlūkprogrammas iestatījumos.

Esta página da web requer JavaScript para funcionar corretamente. Por favor, ative o JavaScript nas configurações do seu navegador.

Deze webpagina vereist JavaScript om correct te functioneren. Schakel JavaScript in uw browserinstellingen in.

Ta strona wymaga obsługi JavaScript, aby działać prawidłowo. Proszę włączyć obsługę JavaScript w ustawieniach przeglądarki.

Laman web ini memerlukan JavaScript untuk berfungsi dengan betul. Sila aktifkan JavaScript dalam tetapan pelayar anda.

Halaman web ini memerlukan JavaScript untuk berfungsi dengan baik. Harap aktifkan JavaScript di pengaturan browser Anda.

เว็บไซต์นี้ต้องการ JavaScript เพื่อทำงานอย่างถูกต้อง โปรดเปิด JavaScript ในการตั้งค่าบราวเซอร์ของคุณ

Bu web sayfasının düzgün çalışması için JavaScript gereklidir. Lütfen tarayıcı ayarlarınızda JavaScript'i etkinleştirin.

Trang web này yêu cầu JavaScript để hoạt động đúng. Vui lòng kích hoạt JavaScript trong cài đặt trình duyệt của bạn.

Эн вэб хуудас нь зөв ажиллахын тулд JavaScript дэмжлэг авах шаардлагатай. Таны броузерын тохиргоонд JavaScript-ийг идэвхжүүлнэ үү.

ဒီဝန်ဆောင်မှုစာမျက်နှာကိုမှားယွင်းရန် JavaScript ကိုလိုအပ်ပါ။ သင့်ရဲ့ဘောဒီကိုပြင်ဆင်ရန် JavaScript ကိုဖွင့်ပါ။

ບໍ່ສາມາດເຮັດວຽກເວັບໄຊນີ້ໄດ້ຖ້າບໍ່ມີການສະຫລັບ JavaScript. ກະລຸນາໃຊ້ການຕັ້ງຄ່າຂອງເວັບໄຊໃຫ້ເປີດ JavaScript ກ່ອນ.

ទំព័រវេបសាយនេះត្រូវការ JavaScript ដើម្បីដំណើរការប្រើប្រាស់បានល្អ។ សូមបើក JavaScript នៅក្នុងការកំណត់របស់អ្នកក្នុងក

  英國採購案- UK-Telford: mechanical spare parts for ... - 駐英國台北代表處 Taipei Representative Office in the U.K. :::
:::

英國採購案- UK-Telford: mechanical spare parts for military vehicles


◆ 標題:UK-Telford: mechanical spare parts for military vehicles
◆ 採購機關名稱:Defence Support Group (DSG)
◆ 國別:英國
◆ 類別:汽、機車及零配件
◆ 採購產品說明:Provision of spare parts in support of the Land Rover fleet of vehicles.
◆ 標案號碼:2012/S 18-028903
◆ 資金來源:Defence Support Group (DSG)
◆ 合約型式:Supply Contract
◆ 截標日期:7.3.2012 - 17:00
◆ 開標日期:
◆ 標案金額:Estimated value excluding VAT: 36 000 000 GBP
◆ 連結網站:http://ted.europa.eu/udl?uri=TED:NOTICE:28903-2012:TEXT:EN:HTML&src=0
◆ 聯絡人資料:
Defence Support Group (DSG), DSG Support Group
Building B15, MoD Donnington
For the attention of: Mike Downes
TF2 8JT Telford
UNITED KINGDOM
Telephone: +44 1952673955
E-mail: Mike.Downes@dsg.mod.uk
Fax: +44 1952673867
◆ 請附上採購詳細內容:

UK-Telford: mechanical spare parts for military vehicles

2012/S 18-028903

Contract notice

Supplies

Directive 2004/18/EC
Section I: Contracting authority

I.1)Name, addresses and contact point(s)
Defence Support Group (DSG), DSG Support Group
Building B15, MoD Donnington
For the attention of: Mike Downes
TF2 8JT Telford
UNITED KINGDOM
Telephone: +44 1952673955
E-mail: Mike.Downes@dsg.mod.uk
Fax: +44 1952673867

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions

I.3)Main activity
Defence

I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of spare parts in support of the Land Rover fleet of vehicles.

II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKG21

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract

II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Mechanical spare parts for military vehicles. Parts for Military vehicles. The provision of long term contract(s) that provides the supply of spares for the Land Rover fleet, covering a range of circa 2 600 items.

II.1.6)Common procurement vocabulary (CPV)
35421000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no

II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots

II.1.9)Information about variants
Variants will be accepted: no

II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The provision of an incentivised contract(s) that provides for the timely delivery and supply of cost effective spares to meet Front Line Commands and DSG Workshop demands in support of the Land Rover Fleets. Spares would include both consumable and repairable items.
Within the scope of this overarching requirement the following conditions shall apply:
— the provision of mechanisms to allow for the early warning of failures in supply either through obsolescence or manufacturing problems,
— reflects industry supply chain best practice,
— the provision of regular contract review meetings and a commitment to dsg’s supplier relationship management programme,
— any bids will be required to provide evidence of the utilisation of small to medium size enterprises and this will form part of the contract award criteria.
Platform applicability:-.
Land Rover defender truck utility light and truck utility medium (all variants).
Land Rover Wolf truck utility light and truck utility medium (all variants).
Land Rover battlefield ambulance.
WMIK (only for Land Rover items).
SNATCH/VIXEN (only for Land Rover items).
Domestic management codes (DMC’s) applicability;
7RU, 7XD and 7XDW
Details of the requirement with forecasted quantities will be provided with the ITT. However a PQQ may be used to down select to a minimum of six suppliers. The AWARD software may be used to aid this process.
Suppliers must submit the following information with their expressions of interest;
1. A copy of their ISO 9001:2008 accreditation.
2. A statement of adherence to AQAP 2120 – excluding para 5.4 with appropriate scope.
3. A statement confirming the use/or willingness to trade via Purchase to Payment (P2P) in any subsequent contract.
4. Details of which lot(s) they may wish to bid for.
Failure to provide this information will exclude the supplier from further consideration.
A Reverse Auction may be used to aid the achievement of value for money taking into consideration overall cost effectiveness.
Depending on the number of expressions of interest received, a Bidders Conference may be held to ensure that all potential bidders fully understand the difference between the 3 lots. Potential date for the Bidders Conference is 29.3.2012.
Estimated value excluding VAT: 36 000 000 GBP

II.2.2)Information about options
Options: no

II.2.3)Information about renewals
This contract is subject to renewal: no

II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Land Rover Safety Critical Items
1)Short description
This lot is restricted to Land Rover spare parts which the Authority considers to be of a safety critical nature and therefore must be a genuine Land Rover approved part. This lot also includes Land Rover licensed items which can only be supplied by licensed Land Rover approved suppliers.

2)Common procurement vocabulary (CPV)
35421000

3)Quantity or scope
Estimated value excluding VAT: 15 000 000 GBP

4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Land Rover Original Equipment Manufactured Parts
1)Short description
This lot covers Land Rover spares which are not considered either safety critical or licensed by Land Rover. The items in this lot must still be supplied to genuine original equipment manufacturer standard.

2)Common procurement vocabulary (CPV)
35421000

3)Quantity or scope
Estimated value excluding VAT: 13 000 000 GBP

4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Land Rover Spares Supply to DSG Workshops
1)Short description
In addition to lots 1 and 2 there is a separate requirement to supply Land Rover spare parts to DSG Workshops throughout the United Kingdom. The Authority wishes to move to a Contracting for Availability arrangement to fulfill their Land Rover DSG Workshop requirements, utilising a Vendor Managed Inventory approach.

2)Common procurement vocabulary (CPV)
35421000

3)Quantity or scope
Estimated value excluding VAT: 8 000 000 GBP

4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company or bank guarantees may be required.

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Tenders are to be priced in Pounds Sterling and payments will be made in Pounds Sterling.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: a) Is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from similar procedure under national laws and regulations.
b) Is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations
c) Has been convicted by a judgement which has force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct.
d) Has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate.
e) Has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority.
f) Has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority.
g) Is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information.
h) Has been the subject of a conviction for participation in a criminal organisation as defined in Articles 2 (1) of Council Joint Action 98/733/JHA.
i) Has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26/05/72 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively.
j) Has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities.

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) Appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) A statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
As required by the pre-qualification questionnaire.

III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted

IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Tender.

IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
LSBU6/0010

IV.3.2)Previous publication(s) concerning the same contract
no

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
7.3.2012 - 17:00

IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.

IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no

VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no

VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs).However, any selection of tenderers will be based solely on the criteria set out for the procurement,and the contract will be awarded on the basis of the most economically advantageous tender. Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2012125-DCB-3673011.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Defence Support Group (DSG), DSG Support Group
Building B15, Donnington
TF2 8JT Telford
UNITED KINGDOM
E-mail: Mike.Downes@dsg.mod.uk
Telephone: +44 1952673955
Fax: +44 1952673867

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
25.1.2012