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-Braintree: vehicles for refuse - 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-Braintree: vehicles for refuse



◆ 標題:UK-Braintree: vehicles for refuse
◆ 採購機關名稱:Braintree District Council
◆ 國別:英國
◆ 類別:汽、機車及零配件
◆ 採購產品說明:Refuse / recycling vehicles and associated equipment
◆ 標案號碼:2012/S 91-150641
◆ 資金來源:Braintree District Council
◆ 合約型式:Supply Contract
◆ 截標日期:20.5.2013 - 12:00
◆ 開標日期:
◆ 標案金額:Estimated value excluding VAT: Range: between 10 000 000 and 70 000 000 GBP
◆ 連結網站:http://ted.europa.eu/udl?uri=TED:NOTICE:150641-2012:TEXT:EN:HTML&src=0
◆ 聯絡人資料:
Braintree District Council
Council Offices
Contact point(s): procurement@braintree.gov.uk
For the attention of: John Wickes
CM7 9HB Braintree
UNITED KINGDOM
E-mail: john.wickes@braintree.gov.uk
◆ 請附上採購詳細內容:

UK-Braintree: vehicles for refuse
2012/S 91-150641
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Braintree District Council
Council Offices
Contact point(s): procurement@braintree.gov.uk
For the attention of: John Wickes
CM7 9HB Braintree
UNITED KINGDOM
E-mail: john.wickes@braintree.gov.uk
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
Regional or local authority
I.3)Main activity
General public services
Environment
Housing and community amenities
Recreation, culture and religion
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Any UK Public body, see details under 11.2.1 'Total Quantity or Scope'
Please see details under 11.2.1 'Total Quantity or Scope'
Potentially anywhere within the UK.
UNITED KINGDOM
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Refuse / recycling vehicles and associated equipment.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
A combination of these
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 10 000 000 and 70 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Vehicles for refuse. Refuse-collection vehicles. Refuse-compaction vehicles. Parts and accessories for vehicles and their engines. Acquisition through outright purchase or other means or refuse and recycling vehicles and retrospective fit of equipment for refuse and recycling vehicles. Refuse collection vehicles, refuse compaction vehicles, recycling vehicles and all associated equipment.
II.1.6)Common procurement vocabulary (CPV)
34144510, 34144511, 34144512, 34300000
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: 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:
Acquisition of refuse / recycling vehicles excluding short term hire, and retrospective fitting of associated equipment. It is envisaged that the supplier(s) of the Refuse / Recycling vehicles will have the responsibility to deliver the finished vehicle (chasis and body and any additional associated equipment) to the required specification.
The Framework Agreement is divided into three Lots, full details at Annexes B1 to B3 inclusive.
The Framework Agreement will be available for use by all United Kingdom public bodies.
See the following web sites for details:
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
http://www.edubase.gov.uk/EstablishmentFind.aspx
http://www.schoolswebdirectory.co.uk/localauthorities.php
http://www.hero.ac.uk/uk/universities___colleges/
http://www.police-information.co.uk/police-directory/
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.direct.gov.uk/en/Dl1/Directories/AZOfCentralGovernment/index.htm
http://www.charity-commission.gov.uk/registeredcharities/first.asp
http://www.direct.gov.uk/en/DI1/Directories/Localcouncils/AToZOfLocalCouncils/DG_A-Z_LG,
http://www.housingcorp.gov.uk/server/show/nav.490
http://www.scotland.gov.uk/Topics/Statistics/Browser/Labour-Market/,
http://new.wales.gov.uk/?lang=en,
http://www.northernireland.gov.uk/az2.htm,
http://www.police-information.co.uk/police-directory/index.php?cat=6&subcat=29,
http://www.fireservice.co.uk/information/ukfrs.php,
http://www.citizensadvice.org.uk/index/aboutus/citizens_advice_offices.htm.
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/DG_4003596
Estimated value excluding VAT:
Range: between 10 000 000 and 70 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1 Lot title: Refuse vehicles
1)Short description
Acquisition other than short term hire of refuse collection vehicles.
2)Common procurement vocabulary (CPV)
34144510, 34144511, 34144512
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Recycling vehicles
1)Short description
Acquisition other than short term hire of recycling vehicles.
2)Common procurement vocabulary (CPV)
34144510, 34144511, 34144512
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Retrospective fitting of associated equipment.
1)Short description
Retrospective fitting of associated equipment including bin lifts, weighing instrumentation, recognition equipment etc.
2)Common procurement vocabulary (CPV)
34300000
3)Quantity or scope
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:
In tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
In tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: In tender documentation.
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: In tender documentation.
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.
In tender documentation.
Minimum level(s) of standards possibly required: In tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(a) A list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) A list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— Where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
— Where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) A description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) The educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) With regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
In tender documentation.
Minimum level(s) of standards possibly required:
In tender documentation.
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 3: and maximum number 12
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:
PROC 11 - 0154
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
20.5.2013 - 12:00
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
GO Reference: GO-2012510-PRO-3914117.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:
10.5.2012