Section one: Contracting authority
one.1) Name and addresses
City of York Council
West Offices, Station Rise
York
YO1 6GA
Contact
Cameron Orr
Telephone
+44 1904552883
Country
United Kingdom
NUTS code
UKE21 - York
National registration number
GB 647 3650 22
Internet address(es)
Main address
Buyer's address
https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/103839
one.2) Information about joint procurement
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://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47377&B=UK
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=47377&B=UK
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of Labour Support Gangs Framework
Reference number
53606
two.1.2) Main CPV code
- 98390000 - Other services
two.1.3) Type of contract
Services
two.1.4) Short description
Supply of Labour Support Gangs Framework 3.2. Details of the framework are; • Location – City of York • Number of lots - 1 • Maximum number of suppliers on lot - 5 • Framework Call off Procedure: Direct Award based on highest ranking company further detail contained within the contract • Estimated Annual throughput of Framework - £150,000
two.1.5) Estimated total value
Value excluding VAT: £600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKE21 - York
two.2.4) Description of the procurement
Supply of Labour Support Gangs Framework 3.2. Details of the framework are; • Location – City of York • Number of lots - 1 • Maximum number of suppliers on lot - 5 • Framework Call off Procedure: Direct Award based on highest ranking company further detail contained within the contract • Estimated Annual throughput of Framework - £150,000
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: £600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
18 July 2022
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: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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: 5
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
20 June 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
20 June 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
The High Court of Justice
The Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
N/A
N/A
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
N/A
N/A
Country
United Kingdom