Section one: Contracting authority
one.1) Name and addresses
The General Administration
23 Duke Rd
TOWN1
LE3 2BT
Contact
Adam C. Chambers
Telephone
+41 848700700
Fax
+33 4412188
Country
France
NUTS code
FRC21 - Doubs
National registration number
33
Internet address(es)
Main address
http://procurement.london.org.uk/item?id=489
Buyer's address
http://publicprivate.gov.uk/sales
one.1) Name and addresses
The General Administration
23 Duke Rd
TOWN1
LE3 2BT
Contact
Adam C. Chambers
Telephone
+44 7973488293
Fax
+31 8727892828
Country
Switzerland
NUTS code
CH033 - Aargau
National registration number
33
Internet address(es)
Main address
http://publicprivate.gov.uk/sales
Buyer's address
http://procurement.london.org.uk/item?id=489
one.1) Name and addresses
The General Administration
23 Duke Rd
TOWN1
LE3 2BT
Contact
Mrs. Smith
Telephone
+41 848700700
Fax
+33 4412188
Country
United Kingdom
NUTS code
UKD63 - Cheshire West and Chester
National registration number
33
Internet address(es)
Main address
http://procurement.london.org.uk/item?id=489
Buyer's address
http://publicprivate.gov.uk/sales
one.2) Information about joint procurement
The contract involves joint procurement
In the case of joint procurement involving different countries, state applicable national procurement law
For privacy purposes, this line has been redacted.
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://publicprivate.gov.uk/sales
Additional information can be obtained from another address:
The General Administration
23 Duke Rd
TOWN1
LE3 2BT
Contact
Mrs. Smith
Telephone
+44 7973488293
Fax
+31 8727892828
Country
France
NUTS code
FRC21 - Doubs
National registration number
I45
Internet address(es)
Main address
http://procurement.london.org.uk/item?id=489
Buyer's address
http://publicprivate.gov.uk/sales
Tenders or requests to participate must be submitted electronically via
http://publicprivate.gov.uk/sales
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
http://publicprivate.gov.uk/sales
Tenders or requests to participate must be submitted to the following address:
The General Administration
23 Duke Rd
TOWN1
LE3 2BT
Contact
Mrs. Smith
Telephone
+44 7973488293
Fax
+31 8727892828
Country
United Kingdom
NUTS code
UKD63 - Cheshire West and Chester
National registration number
33
Internet address(es)
Main address
http://procurement.london.org.uk/item?id=489
Buyer's address
http://publicprivate.gov.uk/sales
one.4) Type of the contracting authority
European Institution/Agency or International Organisation
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
A short description.
Reference number
Redacted value.
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
- HA14 - Non-lactose meal
- LA07 - For diagnostic radiology
- MD07 - Using armoured car
two.1.3) Type of contract
Services
two.1.4) Short description
Some of the information contained in this line has been doublechecked.
two.1.5) Estimated total value
Value excluding VAT: £10.89
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
Maximum number of lots that may be awarded to one tenderer: 2
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Some words describing this particular field.
two.2) Description
two.2.1) Title
This value has been redacted.
Lot No
2
two.2.2) Additional CPV code(s)
- 55000000 - Hotel, restaurant and retail trade services
- MA01 - For aircraft
- LA17 - For immunology
- AA01 - Metal
- 09100000 - Fuels
- HA14 - Non-lactose meal
- LA07 - For diagnostic radiology
- MD07 - Using armoured car
two.2.3) Place of performance
NUTS codes
- FRC21 - Doubs
- CH033 - Aargau
Main site or place of performance
Some of the information contained in this line has been doublechecked.
two.2.4) Description of the procurement
A line of text replacing the original, descriptive text.
two.2.5) Award criteria
Quality criterion - Name: Minimal marginal cost after amortisation / Weighting: 5
Quality criterion - Name: Minimal maintenance costs after first year / Weighting: 2
Cost criterion - Name: Maximum value after sales / Weighting: 2
Cost criterion - Name: Maximum value after sales / Weighting: 2
two.2.6) Estimated value
Value excluding VAT: £10.89
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2023
End date
1 March 2023
This contract is subject to renewal
Yes
Description of renewals
This value has been redacted.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 101
Maximum number: 1
Objective criteria for choosing the limited number of candidates:
This paragraph has been redacted intentionally, in order to preserve the customer's privacy.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
A short description.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
A line of text replacing the original, descriptive text.
two.2.14) Additional information
This text corresponds to a line of text in an original form.
two.2) Description
two.2.1) Title
This value has been redacted.
Lot No
1
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
- MA01 - For aircraft
- LA17 - For immunology
- AA01 - Metal
- 55000000 - Hotel, restaurant and retail trade services
- HA14 - Non-lactose meal
- LA07 - For diagnostic radiology
- MD07 - Using armoured car
two.2.3) Place of performance
NUTS codes
- UKD63 - Cheshire West and Chester
- FRC21 - Doubs
Main site or place of performance
This is a line of text.
two.2.4) Description of the procurement
The original text in this line has been redacted.
two.2.5) Award criteria
Quality criterion - Name: Maximum value after sales / Weighting: 2
Quality criterion - Name: Minimal marginal cost after amortisation / Weighting: 5
Cost criterion - Name: Minimal marginal cost after amortisation / Weighting: 3
Cost criterion - Name: Minimal marginal cost after amortisation / Weighting: 4
two.2.6) Estimated value
Value excluding VAT: £10.89
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 February 2023
End date
1 March 2023
This contract is subject to renewal
Yes
Description of renewals
This value has been redacted.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 1
Maximum number: 20
Objective criteria for choosing the limited number of candidates:
This is a line of text.
two.2.10) Information about variants
Variants will be accepted: Yes
two.2.11) Information about options
Options: Yes
Description of options
Some words describing this particular field.
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: Yes
Identification of the project
A short description.
two.2.14) Additional information
Redacted value.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Some words describing this particular field.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.1.5) Information about reserved contract
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons
The execution of the contract is restricted to the framework of sheltered employment programmes
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
For privacy purposes, this line has been redacted.
three.2.2) Contract performance conditions
A line of text replacing the original, descriptive text.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Innovation partnership
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 20
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The original text in this line has been redacted.
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
four.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction
A line of text replacing the original, descriptive text.
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2014/S 259-293848
four.2.2) Time limit for receipt of tenders or requests to participate
Date
1 February 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 January 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English, French, German
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 101 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: For privacy purposes, this line has been redacted.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
This value has been redacted.
six.4) Procedures for review
six.4.1) Review body
The General Administration
11 Sandford St
Lancaster
LE3 2BT
Telephone
+41 848700700
Fax
+33 4412188
Country
France
Internet address
http://procurement.london.org.uk/item?id=489
six.4.2) Body responsible for mediation procedures
The General Administration
23 Duke Rd
Birmingham
LE3 2BT
Telephone
+44 7973488293
Fax
+31 8727892828
Country
Switzerland
Internet address
http://publicprivate.gov.uk/sales
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This paragraph has been redacted intentionally, in order to preserve the customer's privacy.
six.4.4) Service from which information about the review procedure may be obtained
The General Administration
23 Duke Rd
Lancaster
LE3 2BT
Telephone
+41 848700700
Fax
+33 4412188
Country
United Kingdom