None

I stedet for: III.2.3) Technical and/or professional capacity: Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion): a— in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability, b— a list of works carried out over the past five years together with (unless the contracting authority specifies that the following certificate should be submitted direct to the contracting authority by the person certifying) certificates of satisfactory completion for the most important of those works indicating in each case: i) the value of the consideration received, ii) when and where the work or works were carried out, and iii)specifying whether they were carried out according to the rules of the trade or profession and properly completed; c— a statement of the principal goods sold or services provided by the supplier or the services provider in the past 5 years, or during a shorter period if necessary, and: i) the dates on which the goods were sold or the services provided, ii) the consideration received, iii) the identity of the person to whom the goods were sold or the service were provided, iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided, and v) where - —— that person was not a contracting authority, and —— the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided; e— a statement of the economic operator's: i) technical facilities, ii) measures for ensuring quality, iii) study and research facilities, and iv) internal rules regarding intellectual property: —— a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous 3 years; m— in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority, 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 o— any other evidence of conformity to quality management systems standards which are equivalent to the standards referred to in sub-paragraph (n)(i). III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: As specified in the invitation to negotiate Læses: III.2.3) Technical and/or professional capacity: Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion): a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability, e) a statement of the economic operator's: (i) technical facilities, (ii) measures for ensuring quality, (iii) study and research facilities, and (iv) internal rules regarding intellectual property, g) in the case of works contracts, services contracts or supply contracts also covering siting and installation operations or services, the economic operator's educational and professional qualifications where the economic operator is an individual and: (i) if any, those of the economic operator's managerial staff, and (ii) those of one or more persons who would be responsible for providing the services or carrying out the work or works under the contract; h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract, i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous 3 years j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract; (l) certification by official quality control institutes or agencies of recognised competence, attesting that the goods to be purchased or hired under the contract conform to standards and technical specifications (within the meaning of regulation 12(1)) identified by the contracting authority, m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority, 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. III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them: As specified in the invitation to tender Yderligere supplerende oplysninger 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 The start date of the Contract is an anticipated start date. The Contract will run for a maximum of 60 months including options. Please note that the start and end date are anticipated dates and may be subject to change. 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: JP53Z8KR6R. 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 (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324. GO Reference: GO-201829-DCB-11876278
CPV-Code: 50842000
Abgabefrist: 21.02.2018
Typ: Additional information
Status: Not specified
Aufgabe: Defence
Vergabestelle:
name: Ministry of Defence, Weapons, International Guns, Missiles and Rockets (IGMR) Project Team
address: IGMR PT #4105, MoD Abbey Wood
postal_code: BS34 8JH
city: Bristol - UK
country: UK
email: None
phone: +44 3067931210
contact_point:
idate: 28. Juni 2020 17:31
udate: 28. Juni 2020 17:31
doc: 068840_2018.xml
authority_types:
activities:
Quelle: http://ted.europa.eu/udl?uri=TED:NOTICE:068840-2018:TEXT:DA:HTML
Unterlagen: None
Zuschlagskriterium: The most economic tender
Vertrag: Services
Prozedur: Restricted procedure
Nuts: None
Veröffentlichung: 14.02.2018
Erfüllungsort: Bristol - GB
Link:
Lose:
Name Los Nr 1 United Kingdom__Bristol__Reparatur und Wartung von Waffensystemen
Gewinner None
Datum
Wert None
Anzahl Angebote None