Tender

II.1.1.value

  • Buyer IT1
  • Tower Bis

F02: Contract notice

Notice identifier: 2022/S 000-005370

Procurement identifier (OCID): ocds-h6vhtk-005b65-integration

Published 1 June 2022, 2:00pm



Section one: Contracting authority

one.1) Name and addresses

Buyer IT1

London Tower

London

EC3N 4AB

Contact

Eva Green

Email

ngomarasca@jaggaer.com

Telephone

+44 022105121

Fax

+44 022105122

Country

United Kingdom

Region code

UK - United Kingdom

Justification for not providing organisation identifier

Partnership

Internet address(es)

Main address

http://bs.com

Buyer's address

https://bs-buyer.com

one.1) Name and addresses

Tower Bis

London Tower

London

EC3N 4AB

Contact

Eva Greeny

Email

ngomarasca@jaggaer.com

Telephone

+44 1785278333

Fax

+44 022105122

Country

United Kingdom

Region code

UK - United Kingdom

Companies House

9876543210

Internet address(es)

Main address

https://ruby.com

Buyer's address

https://ag-buyer.com

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

UK books of law

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

https://fullaccess.com

Additional information can be obtained from another address:

https://furtherfullaccess.com

London Tower One

London

EC3N 4AB

Contact

Jo Bastiano

Email

ngomarasca@jaggaer.com

Telephone

+44 33669854

Fax

+44 2255632

Country

United Kingdom

Region code

UK - United Kingdom

National registration number

100100

Internet address(es)

Main address

https://main-site.com

Buyer's address

https://main-site-buyer.com

Tenders or requests to participate must be submitted to the above-mentioned address

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

II.1.1.value

Reference number

REFNUM200

two.1.2) Main CPV code

  • 75221000 - Military defence services

two.1.3) Type of contract

Services

two.1.4) Short description

II.1.4.Lorem ipsum dolor sit amet, consectetur adipisci elit, sed eiusmod tempor incidunt ut labore et dolore magna aliqua. Ut enim ad minim veniam, quis nostrum exercitationem ullam corporis suscipit laboriosam, nisi ut aliquid ex ea commodi consequatur. Quis aute iure reprehenderit in voluptate velit esse cillum dolore eu fugiat nulla pariatur. Excepteur sint obcaecat cupiditat non proident, sunt in culpa qui officia deserunt mollit anim id est laborum.

two.1.5) Estimated total value

Value excluding VAT: £950,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 10

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

G1+G2

two.2) Description

two.2.1) Title

Gamma

Lot No

27

two.2.2) Additional CPV code(s)

  • 75221000 - Military defence services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

site of performance

two.2.4) Description of the procurement

nature of the quantity

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £850,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

18

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

II.2.11.option is free

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: No

two.2.14) Additional information

II.2.14.additional information not available


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

A) condition/1

B) condition/2

C) condition/3

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

my choice

Minimum level(s) of standards possibly required

5

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

LAW#23-2020

three.2.2) Contract performance conditions

III.2.2.performance condition

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

Open procedure

Accelerated procedure

Justification:

IV.justification

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 a single operator

In the case of framework agreements, provide justification for any duration exceeding 4 years:

this will be postponed

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

electronic auction info @ https://e-auc-my-portal.com

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.2.2) Time limit for receipt of tenders or requests to participate

Date

29 July 2022

Local time

11:00am

four.2.4) Languages in which tenders or requests to participate may be submitted

English, French, Italian, Northern Sami

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 29 August 2022

four.2.7) Conditions for opening of tenders

Date

29 June 2022

Local time

11:00am

Place

Tower Bridge

Information about authorised persons and opening procedure

me, you and the dog


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

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

VI.3.additional info not available

six.4) Procedures for review

six.4.1) Review body

Eva Green

Tower One

London

EC3N 4AB

Email

evagreen@tone.com

Telephone

+44 3633254

Country

United Kingdom

Internet address

https://awa.com

six.4.2) Body responsible for mediation procedures

The Dog

T-One

London

EC3N 4AA

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

VI.4.3.deadlines is not admitted

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

The Cat

T-Two

London

EC3N 4AB

Country

United Kingdom