Tender

Redacted value.

  • The General Administration
  • The General Administration
  • The General Administration

F02: Contract notice

Notice identifier: 2022/S 000-002750

Procurement identifier (OCID): ocds-h6vhtk-005113-integration

Published 15 March 2022, 10:40am



Section one: Contracting authority

one.1) Name and addresses

The General Administration

11 Sandford St

TOWN1

RG7 3AF

Contact

Adam C. Chambers

Email

roberto.fraile@due-north.com

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

RG7 3AF

Contact

Mrs. Smith

Email

roberto.fraile@due-north.com

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

11 Sandford St

TOWN1

LE3 2BT

Contact

Adam C. Chambers

Email

roberto.fraile@due-north.com

Telephone

+41 848700700

Fax

+33 4412188

Country

United Kingdom

NUTS code

UKD63 - Cheshire West and Chester

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

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

Some of the information contained in this line has been doublechecked.

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

11 Sandford St

TOWN1

RG7 3AF

Contact

Adam C. Chambers

Email

roberto.fraile@due-north.com

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

11 Sandford St

TOWN1

RG7 3AF

Contact

Adam C. Chambers

Email

roberto.fraile@due-north.com

Telephone

+44 7973488293

Fax

+31 8727892828

Country

United Kingdom

NUTS code

UKD63 - Cheshire West and Chester

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

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

Redacted value.

Reference number

This is a line of text.

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

This value has been redacted.

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:

This paragraph has been redacted intentionally, in order to preserve the customer's privacy.

two.2) Description

two.2.1) Title

Some of the information contained in this line has been doublechecked.

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

This is a line of text.

two.2.5) Award criteria

Quality criterion - Name: Minimal marginal cost after amortisation / Weighting: 3

Quality criterion - Name: Minimal maintenance costs after first year / Weighting: 5

Cost criterion - Name: Minimal maintenance costs / Weighting: 4

Cost criterion - Name: Minimal maintenance costs / Weighting: 1

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

15 March 2023

End date

15 April 2023

This contract is subject to renewal

Yes

Description of renewals

A line of text replacing the original, descriptive text.

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:

Some of the information contained in this line has been doublechecked.

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

A block of text containing non-confidential but time-sensitive information.

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

For privacy purposes, this line has been redacted.

two.2.14) Additional information

Redacted value.

two.2) Description

two.2.1) Title

The original text in this line 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 text corresponds to a line of text in an original form.

two.2.4) Description of the procurement

This value has been redacted.

two.2.5) Award criteria

Quality criterion - Name: Minimal maintenance costs / Weighting: 2

Quality criterion - Name: Minimal maintenance costs after first year / Weighting: 3

Cost criterion - Name: Minimal maintenance costs / Weighting: 3

Cost criterion - Name: Minimal maintenance costs after first year / Weighting: 5

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

15 March 2023

End date

15 April 2023

This contract is subject to renewal

Yes

Description of renewals

The original text in this line 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:

Some of the information contained in this line has been doublechecked.

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

For privacy purposes, this line has been redacted.

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

This value has been redacted.

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

Some words describing this particular field.

three.2.2) Contract performance conditions

For privacy purposes, this line has been redacted.

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:

This text corresponds to a line of text in an original form.

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 short description.

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

15 March 2023

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

14 March 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: This paragraph has been redacted intentionally, in order to preserve the customer's privacy.

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 is a line of text.

six.4) Procedures for review

six.4.1) Review body

The General Administration

11 Sandford St

Birmingham

RG7 3AF

Email

roberto.fraile@due-north.com

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

11 Sandford St

Salford

LE3 2BT

Email

roberto.fraile@due-north.com

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 text corresponds to a line of text in an original form.

six.4.4) Service from which information about the review procedure may be obtained

The General Administration

11 Sandford St

Birmingham

RG7 3AF

Email

roberto.fraile@due-north.com

Telephone

+41 848700700

Fax

+33 4412188

Country

United Kingdom

Internet address

http://procurement.london.org.uk/item?id=489