Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Harrow Council
PO Box 37, Civic Centre, Station Road
Contact point(s): Commercial, Contracts and Procurement
For the attention of: Jessica Covey
HA1 2UY Harrow
UNITED KINGDOM
Telephone: +44 2084247640
E-mail: [email protected]
Fax: +44 2084241551
Internet address(es):
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA2485
Electronic access to information: www.londontenders.org
Electronic submission of tenders and requests to participate: www.londontenders.org
Further information can be obtained from: Harrow Council
PO Box 37, Civic Centre, Station Road
Contact point(s): Commercial, Contracts and Procurement
For the attention of: Jessica Covey
HA1 2UY Harrow
UNITED KINGDOM
Telephone: +44 2084247640
E-mail: [email protected]
Fax: +44 2084241551
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:
Cycle Training.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: London Borough of Harrow.
NUTS code UKI23
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 Authority is looking for a supplier to provide the following cycle training services: · National Standards Levels 1, 2 and 3 cycle training for children · Individual training and/or group instruction for adults - ranging from those with no ability to cycle to those wanting confidence building and or practical advice on dealing with busy traffic situations on a home to work route. It will be the responsibility of the successful supplier to make training arrangements and to administer the contract using their own initiative. The supplier shall liaise directly with delegate organisations to arrange and schedule courses and promotional events.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=156269
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The Authority is looking for a supplier to provide the following cycle training services: - National Standards Levels 1, 2 and 3 cycle training for children - Individual training and/or group instruction for adults - ranging from those with no ability to cycle to those wanting confidence building and or practical advice on dealing with busy traffic situations on a home to work route. It will be the responsibility of the successful supplier to make training arrangements and to administer the contract using their own initiative. The supplier shall liaise directly with delegate organisations to arrange and schedule courses and promotional events.
Estimated value excluding VAT: 420 000 GBP
II.2.2)Information about optionsOptions: yes
Description of these options: The contract initial term will be for 2 years with the option to extend for a further 1 year.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
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: 36 (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:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As per the terms and conditions.
III.1.4)Other particular conditionsThe 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
III.2.2)Economic and financial ability
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As per ITT Document.
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 procedureOpen
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 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:
9X6J-2TVXYT
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 participate31.7.2015 - 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 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 recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(MT Ref:156269).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresHarrow Council
Civic Centre, Station Road
HA1 2UY Harrow
UNITED KINGDOM
Body responsible for mediation procedures
Harrow Council
Civic Centre, Station Road
HA1 2UY Harrow
UNITED KINGDOM
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:30.6.2015