Suíomh gréasáin oifigiúil de chuid an Aontais Eorpaigh
Is i bhfearann europa.eu atá suíomhanna gréasáin oifigiúla uile an Aontais.
Féach institiúidí agus comhlachtaí uile an Aontais Eorpaigh.
Tá tú logáilte amach as feidhmchlár TED, ach tá tú fós logáilte isteach in EU LOGIN. Más mian leat logáil amach as EU LOGIN, cliceáil anseo
411049-2016 - Iomaíocht
Amharc ar an bhfógra
Achoimre
Seoladh poist: Babcock DSG Ltd, Donnington
Baile: Telford
Cód poist: TF2 8JT
Tír: An Ríocht Aontaithe
Teagmhálaí: Thomas Bamford
Ríomhphost: thomas.bamford@babcockinternational.com
Guthán: +44 1952673941
an seoladh thuasluaite
an seoladh thuasluaite
2.12.2016 - 16:00
Béarla.
Teangacha agus formáidí
Fógra
Treoir 2009/81/CE
Alt I: Aonán/údarás conarthachta
Seoladh poist: Babcock DSG Ltd, Donnington
Baile: Telford
Cód poist: TF2 8JT
Tír: An Ríocht Aontaithe
Teagmhálaí: Thomas Bamford
Ríomhphost: thomas.bamford@babcockinternational.com
Guthán: +44 1952673941
an seoladh thuasluaite
an seoladh thuasluaite
Alt II: Cuspóir an chonartha
LSBU15/0131 — Repair of Challenger 2 ESW APU.
Is éard atá i gceist leis an soláthar comhaontú creatlaí a chur ar bun
Fad ina bhlianta: 7
Raon: idir10 000 000 agus 20 000 000 GBP
Engines and engine parts for military vehicles. Repair and maintenance services of generators. 5 year (with two 1yr options) for the Repair of Challenger 2 Auxiliary Power Units for the Heavy Fleet. Used in Challenger 2, CRARRV, Titan and Trojan platforms.
Ní mór don tairgeoir a léiriú sa tairiscint sciar ar bith den chonradh a d'fhéadfaí a bheith ar intinn aige é a ligean ar fochonradh do thríú páirtithe agus fochonraitheoir ar bith atá beartaithe, mar aon le hábhar na bhfochonarthaí dá bhfuil siad beartaithe
The Repair, maintenance and associated services of vehicles and related equipment. Babcock, acting as the Authority's agent, is requesting expressions of interest for the repair and maintenance of the Challenger 2 ESW Auxilliary Power Unit (NSN; 6115-99-2305712) (Generator Set, Diesel engine, ESW No 1 Mk1 FV2288035 (404C-22)) (AESP Ref; 2350.P-102-711 Chapter 2-1-2-1). Estimated loading of 90 — 95 units per year for the first 5 years.
Raon: idir10 000 000 agus 20 000 000 GBP
Alt III: Faisnéis dhlíthiúil, eacnamaíoch, airgeadais agus theicniúil
If a group of economic operators submits a bid, the group must designate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering the contract.
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect to the applicable protective markings scheme, specific protective markings given, the aspects to which any protective markings applies or otherwise.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
A declaration of good standing will be sought as part of the PQQ.
(2) State whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.
A financial assessment will be undertaken on the suppliers financial status. An overall pass/fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation will be utilised as part of this process.
(n) a certificate: (i) attesting conformity to quality management systems standards based on the relevant European standard; and (ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification
The Authority will require this information to evaluate technical capability as part of the Pre-Qualification Questionnaire.
Tá comhlíonadh na seirbhíse forchoimeádta do ghairm ar leith: níl
Ba cheart ainmneacha agus cáilíochtaí gairmiúla na foirne atá freagrach as feidhmiú an chonartha a chur in iúl: níl
Alt IV: Nós imeachta
Teoranta
Íoslíon atá beartaithe 3 agus Uaslíon 10
(1) are eligible to participate under Section III.2.1) of this Contract Notice;
(2) fulfil any minimum standards under Sections III.2.2) and III.2.3) of this Contract Notice; and
(3) best meet in terms of capacity and capability the selection criteria set out in Sections III.2.2) and III.2.3) of this Contract Notice.
Full details of the method for choosing the tenders will be set out in the Help Text Box of the Dynamic PQQ.
LSBU15/0131
2.12.2016 - 16:00
12.12.2016
Béarla.
Alt VI: Faisnéis chomhlántach
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. The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.
https://www.gov.uk/government/publications/government-security-classifications
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
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.The information and/or documents for this opportunity are available on http://www.contracts.mod.uk.
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.Suppliers must log in, go to your Response Manager and add the following Access Code: 9YTE6BJ542.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQs) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-20161118-DCB-9140083.Seoladh poist: Building B15, Donnington
Baile: Telford
Cód poist: TF2 8JT
Tír: An Ríocht Aontaithe
18.11.2016

Tá an suíomh seo á bhainistiú ag: Oifig Foilseachán an Aontais Eorpaigh

Faigh tuilleadh eolais ar europa.eu