The Provision of Off Site Programmes for 11-19 Learners on the Roll of Leeds’ Schools, Silcs (Specialist Inclusive Learning Centres) and Prus (Pupil Referrl Units).
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Leeds City Council
Procurement Unit, St George House, 2nd Floor, 40 Great George Street
Contact point(s): Leeds City Council
For the attention of: Gary Bristol
LS1 3DL Leeds
UNITED KINGDOM
Telephone: +44 7891275589
E-mail: gary.bristol@leeds.gov.uk
Internet address(es):
General address of the contracting authority: www.leeds.gov.uk
Further information can be obtained from: Leeds City Council
Procurement Unit, St George House, 2nd Floor, 40 Great George Street
LS1 3DL Leeds
UNITED KINGDOM
Internet address: www.leeds.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Leeds City Council
Procurement Unit, St George House, 2nd Floor, 40 Great George Street
LS1 3DL Leeds
UNITED KINGDOM
Telephone: +44 1133952465
Internet address: www.leeds.gov.uk
Tenders or requests to participate must be sent to: Leeds City Council
Procurement Unit, St George House, 2nd Floor, 40 Great George Street
LS1 3DL Leeds
UNITED KINGDOM
Telephone: +44 1133952465
Internet address: www.leeds.gov.uk
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
LCC26894B — The Provision of Off Site Programmes for 11-19 Learners on the Roll of Leeds’ Schools, Silcs (Specialist Inclusive Learning Centres) and Prus (Pupil Referrl Units).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Main site or location of works, place of delivery or of performance: Leeds.
NUTS code UKE42
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Provision of Off Site Programmes for 11-19 Learners on the Roll of Leeds’ Schools, Silcs (Specialist Inclusive Learning Centres) and Prus (Pupil Referrl Units).
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Please see tender documentation.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Please see tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Please see tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please see tender documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Please see tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please see tender documentation.
Minimum level(s) of standards possibly required: Please see tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please see tender documentation.
Minimum level(s) of standards possibly required:
Please see tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
9P3M-VBV8I8
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
5.11.2014 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Interested parties can download the documentation directly from www.yortender.co.uk using the scheme ID 9P3M-VBV8I8. Requests for documentation should not be made by telephone or email. The documentation should be completed and returned by no later than the deadline specified. Late submissions will not be accepted.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
The High Court of Justice
The Strand
WC2A 2LL London
UNITED KINGDOM
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Where necessary in order to comply with the Public Contracts Regulations 2006 this authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Such additional information should be requested from the addressee found in 1.1. If an appeal regarding the award of a contract has not been successfully resolved the (for Public Sector) Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 30 days beginning with the date when the tenderer first knew or ought to have known that the grounds for starting the proceedings had arisen). Where a contract has not been entered into the court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the court may only award damages. Following the 10 day standstill period, if no further debriefing has been requested, the court may only award damages once the contract has been entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
10.10.2014