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-Epping: building materials - 駐英國台北代表處 Taipei Representative Office in the U.K. ::: 跳到主要內容區塊
重點消息
:::

英國採購案- UK-Epping: building materials


◆ 標題:UK-Epping: building materials
◆ 採購機關名稱:Epping Forest District Council
◆ 國別:英國
◆ 類別:建材及衛浴設備
◆ 採購產品說明:Epping Forest District Council - procurement of building supplies
◆ 標案號碼:2011/S 221-359457
◆ 資金來源:Epping Forest District Council
◆ 合約型式:Supply Contract
◆ 截標日期:6.1.2012 - 13:00
◆ 開標日期:
◆ 標案金額:Estimated value excluding VAT: Range: between 1 600 000 and 4 000 000 GBP
◆ 連結網站:http://ted.europa.eu/udl?uri=TED:NOTICE:359457-2011:TEXT:EN:HTML&src=0
◆ 聯絡人資料:
Epping Forest District Council
Epping Forest District Council Civic Offices, High Street, Essex
For the attention of: Paul Pledger
CM16 4BZ Epping
UNITED KINGDOM
Telephone: +44 1992564000
E-mail: ppledger@eppingforestdc.gov.uk
General address of the contracting authority: http://www.eppingforestdc.gov.uk/
Further information can be obtained from: Cameron Consulting
2-4 High Street
For the attention of: Karen Thody
ME19 6QR West Malling
UNITED KINGDOM
Telephone: +44 1732600500
E-mail: tenders@cameron-consulting.co.uk
Fax: +44 1732600505
Internet address: www.cameron-consulting.co.uk
◆ 請附上採購詳細內容:

UK-Epping: building materials

2011/S 221-359457

Contract notice

Supplies

Directive 2004/18/EC
Section I: Contracting authority

I.1)Name, addresses and contact point(s)
Epping Forest District Council
Epping Forest District Council Civic Offices, High Street, Essex
For the attention of: Paul Pledger
CM16 4BZ Epping
UNITED KINGDOM
Telephone: +44 1992564000
E-mail: ppledger@eppingforestdc.gov.uk

Internet address(es):

General address of the contracting authority: http://www.eppingforestdc.gov.uk/

Further information can be obtained from: Cameron Consulting
2-4 High Street
For the attention of: Karen Thody
ME19 6QR West Malling
UNITED KINGDOM
Telephone: +44 1732600500
E-mail: tenders@cameron-consulting.co.uk
Fax: +44 1732600505
Internet address: www.cameron-consulting.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Cameron Consulting
2-4 High Street
For the attention of: Karen Thody
ME19 6QR West Malling
UNITED KINGDOM
Telephone: +44 1732600500
E-mail: tenders@cameron-consulting.co.uk
Fax: +44 1732600505
Internet address: www.cameron-consulting.co.uk

Tenders or requests to participate must be sent to: Cameron Consulting
2-4 High Street
For the attention of: Karen Thody
ME19 6QR West Malling
UNITED KINGDOM
Telephone: +44 1732600500
E-mail: tenders@cameron-consulting.co.uk
Fax: +44 1732600505
Internet address: www.cameron-consulting.co.uk

I.2)Type of the contracting authority
Body governed by public law

I.3)Main activity
Housing and community amenities

I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Epping Forest District Council - procurement of building supplies.

II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these
Main site or location of works, place of delivery or of performance: Epping, Essex.

NUTS code UKH3

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)
EFDC is seeking to appoint an established supply chain merchant, who, by virtue of the type and scale of their existing operations would be able supply the DLO (Direct Labour Organisation) with a wide range of materials and components, including PPE and plant hire facilities, from their own existing branch network on an “as needed” basis, thereby removing the need for large scale pre-investment in materials. In addition, EFDC also wishes to take advantage of the supply merchant’s electronic inventory and purchasing systems, in conjunction with the DLO’s own use of PDAs in order to simplify invoicing and auditing processes and reduce administration.
The provision of an effective and efficient delivery mechanism for the provision of supplies to the DLO in order to achieve best value for money for EFDC. In addition, EFDC seeks to eliminate the current requirement to maintain it’s own stores facilities and to achieve efficiencies in the administration and auditing of materials supply activities. The procurement of a supply merchant will provide the necessary skills and resources to ensure that the DLO has efficient access to materials required for it’s day to day repairs and maintenance activities and to streamline the administration of the supply process.

Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=84080.

II.1.6)Common procurement vocabulary (CPV)
44111000, 44115200, 44115210, 31681410, 31680000, 31000000, 31670000, 45500000, 43300000, 42900000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8)Lots
This contract is divided into lots: no

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:
Estimated value excluding VAT:
Range: between 1 600 000 and 4 000 000 GBP

II.2.2)Information about options
Options: yes
Description of these options: The contract for the supply merchant is intended to run in conjunction with the existing contract for the repairs management contractor and is therefore required to align with the contract end date and period for extension.

II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 36 (from the award of the contract)

II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A parent company guarantee and/or performance bond may be required by the contracting authority, the details of which will be set out in the invitation to tender (ITT).

III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the ITT.

III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The appointment of the supplier merchant will entail a bespoke services agreement being prepared which will govern the terms and conditions that the supplier merchant will enter into in respect of the range of supplies and services to be provided.

III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The selected bidders will be required to perform the services to the required standards set out in the invitation to tender (ITT).

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: Applicants will be required to complete a pre-qualification questionnaire (PQQ) consistent with the provisions of Directive 2004/18/EC and the Public Contract Regulations 2006 (as amended 2011). The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.

III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Applicants will be required to complete a pre-qualification questionnaire (PQQ) consistent with the provisions of Directive 2004/18/EC and the Public Contract Regulations 2006 (as amended 2011). The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Applicants will be required to complete a pre-qualification questionnaire (PQQ) consistent with the provisions of Directive 2004/18/EC and the Public Contract Regulations 2006 (as amended 2011). The PQQ is available from the address in Annex A, 1 above and must be returned to that address by the date stipulated in IV.3.4.

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
Envisaged minimum number 6
Objective criteria for choosing the limited number of candidates: Those bidders meeting the minimum criteria stated in the pre-qualification questionnaire (PQQ) and achieving the highest scores will be invited to tender.

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: no

IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
T10169-EFDC

IV.3.2)Previous publication(s) concerning the same contract
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
6.1.2012 - 13:00

IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
23.1.2012

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
VI.2)Information about European Union funds
VI.3)Additional information
The process seeks to shortlist organisations offering the appropriate capability, capacity and competency. EFDC reserves the right.

Not to conclude any contracts. Expressions of interest must be in the form of a completed pre-qualification questionnaire (PQQ) to be received by EFDCs Procurement Consultant, Cameron Consulting using the email address tenders@cameron-consulting.co.uk in section 1. This should be 1 x electronic copy submitted on CD-ROM or USB by Friday 6.1.2012.

Expressions of interest not submitted in the required format or containing all the requested information may be rejected. All communications shall be in english. Tenders, when invited, and all supporting documentation must be priced in sterling and all payments under the contract will be in sterling. Any contract or agreement resulting from the invitation to tender (ITT) will be considered as a contract made in England according to English law and subject to the exclusive jurisdiction of the English courts.
The contracting authority does not bind itself to accept any tender and reserves the right to accept any part of any tender unless the tenderer expressly stipulates to the contrary.
(MT Ref:84080).

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Royal Courts Of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
Telephone: +44 2079476000
Internet address: www.hmcourts-service.gov.uk

Body responsible for mediation procedures

Centre for Effective Dispute Resolution (CEDR)
70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail: info@cedr.com
Telephone: +44 2075366000
Internet address: www.cedr.com

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with Regulation 32 and 32A of the Public Contract Regulations 2006 and The Public Contracts (Amendment) Regulations 2009 and Public Procurement (Miscellaneous Amendments) Regulations 2011, the contracting authority will incorporate a minimum 10 calendar day standstill period starting from the date when the contract award was notified to bidders. Unsuccessful bidders will be provided with a de-brief in the ‘Standstill Notice’ at the start of the standstill period including details of their bid in relation to the winning bid comprising the reasons for the decision, the characteristics and relative advantages of the successful tender, the score of the economic operator and the name of the economic operator to be awarded the contract. Applicants may challenge the award decision and if the contracting authority considers it necessary to provide further de-briefing then it may re-commence the standstill period. If an applicant considers there to be an alleged breach in the rules then the operator must serve a legal claim on the contracting authority prior to the end of the standstill period, which will automatically suspend the entering into of the contract.

VI.4.3)Service from which information about the lodging of appeals may be obtained
Cabinet Office
70 Whitehall
SW1A 2AS London
UNITED KINGDOM
Telephone: +44 2072761234
Internet address: www.cabinetoffice.gov.uk

VI.5)Date of dispatch of this notice:
15.11.2011