Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)City of York Council
West Offices, Station Rise
YO1 6GA York
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: www.york.gov.uk
Address of the buyer profile: http://tenders.supplierforce.com/600
Electronic access to information: http://tenders.supplierforce.com/600
Electronic submission of tenders and requests to participate: http://tenders.supplierforce.com/600
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:Refurbishment, Maintenance and Management of Public Toilets.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 1: Maintenance and repair services
NUTS code UKE21
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)The City of York Council (CYC) is looking to appoint a Provider to upgrade, manage, clean and maintain the city's public conveniences. There are 2 key objectives CYC is looking to achieve: the need to provide a good service to the public, and the need to reduce the cost of maintaining the facilities.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 180 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:See tender documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:See tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:See tender documents.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: See tender documents.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: See tender documents.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: See tender documents.
Minimum level(s) of standards possibly required: See tender documents.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
See tender documents.
Minimum level(s) of standards possibly required:
See tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureAccelerated restricted
Justification for the choice of accelerated procedure: The accelerated restricted procedure is being used for reasons of urgency, because of errors made by a partner organisation in the previous procurement which were out of our control (resulting in unforeseen withdrawal from the previous procurement process). The timescales for undertaking a standard restricted procedure are now impractical.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 3: and maximum number 5
Objective criteria for choosing the limited number of candidates: See tender documents.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:RFX600.
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 24.4.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate24.4.2013 - 16:00
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 upEnglish.
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 recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:11.4.2013