Is this contract covered by the Government Procurement Agreement (GPA)? Yes
SECTION I: CONTRACTING AUTHORITY |
---|
I.1) OFFICIAL NAME AND ADDRESS OF THE CONTRACTING AUTHORITY Organisation: National Audit Office, Address: 157-197 Buckingham Palace Road, Town: Victoria, London, Telephone: 0207 798 5460, Electronic Mail: tenders@nao.gsi.gov.uk, For the attention of: Helen Spiers, Postal Code: SW1W 9SP, Country: UNITED KINGDOM, Fax: 0207 798 7025, Internet address (URL): I.2) ADDRESS FROM WHICH FURTHER INFORMATION CAN BE OBTAINED As in I.1. I.3) ADDRESS FROM WHICH DOCUMENTATION MAY BE OBTAINED As in I.1. I.4) ADDRESS TO WHICH TENDERS/REQUESTS TO PARTICIPATE MUST BE SENT As in I.1. I.5) TYPE OF CONTRACTING AUTHORITY Central level
SECTION II: OBJECT OF THE CONTRACT |
---|
II.1) DESCRIPTION II.1.3) Type of services contract (in case of service contract)(Service category) 11. II.1.4) Is it a framework agreement? No II.1.5) Title attributed to the contract by the contracting authority UK-London: INVITATION TO TENDER FOR EXPERT ADVICE ON PRISONER FOOD AND DIET AND EXPERT ADVICE ON PRISONER EXERCISE II.1.6) Description / object of the contract The NAO invites tenders from selected organisations for expert advice on prisoner diet and/or prisoner exercise.The Prison Service is an executive agency of the Home Office whose primary purpose is to keep in custody those committed by the courts. The Service has a duty to treat prisoners with humanity and to help them lead law abiding and useful lives in custody and after release.Prisons are required to meet catering standards set by the Prison Service. The National Audit Office previously examined prison catering in 1997. The NAO is now proposing to examine two issues: whether previous Committee of Public Accounts recommendations on prison catering have been addressed; and whether prison diet and exercise regimes allow prisoners to follow a healthy lifestyle at a reasonable cost. The NAO is seeking an expert on diet and nutrition an expert on exercise to help with the NAO's study in this area. Further informtation is contained within the tender pack. General management consultancy services. II.1.7) Site or location of works, place of delivery or performance NUTS code II.1.8) Nomenclature II.1.8.1) Common Procurement Vocabulary (CPV) Main Object: 74141100-0. II.1.8.2) Other relevant nomenclature (CPA / NACE / CPC) II.1.9) Division into lots Yes Tenders may be submitted for all lots Lot No II.1.10) Will variants be accepted Yes II.2) QUANTITY OR SCOPE OF THE CONTRACT II.2.1) Total quantity or scope (including all lots and options, if applicable) II.2.2) Options (if applicable). Description and time when they may be exercised (if possible) II.3) DURATION OF THE CONTRACT OR TIME LIMIT FOR COMPLETION Either: Period in months 5 And / or days Or: Starting And/or ending
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION |
---|
III.1) CONDITIONS RELATING TO THE CONTRACT III.1.1) Deposits and guarantees required (if applicable) III.1.2) Main terms of financing and payment and / or reference to the relevant provisions (if applicable) III.1.3) Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is awarded (if applicable) III.2) CONDITIONS FOR PARTICIPATION III.2.1) Information concerning the personal situation of the contractor, supplier or service provider and information and formalities necessary for the evaluation of the minimum economic, financial and technical capacity required Any supplier may be disqualified who: (a) is bankrupt or is being wound up, whose affairs are being administered by the court, who has entered into an arrangement with creditors or who is in any analogous situation arising from a similar procedure under national laws and regulations; (b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding-up or administration by the court or for an arrangement with creditors or is the subject of any other similar proceedings under national laws or regulations; (c) has been convicted of an offence concerning his professional conduct by a judgement which has the force of res judicata; (d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can justify; (e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority; (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or those of the country of the contracting authority; (g) is guilty of serious misrepresentation in supplying the information required under the provisions of the Directive on the criteria for qualitative selection; III.2.1.1) Legal position - means of proof required III.2.1.2) Economic and financial capacity - means of proof required III.2.1.3) Technical capacity - means of proof required III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS III.3.1) Is provision of the service reserved to a specific profession? If yes, reference of the relevant law, regulation or administrative provision III.3.2) Will legal entities be required to state the names and professional qualifications of the personnel responsible for execution of the contract?
IV.1) TYPE OF PROCEDURE Open procedure. IV.1.3) Previous publication concerning the same contract (if applicable) IV.1.3.1) Prior information notice concerning the same contract (if applicable) Notice number in OJ content list Of IV.1.3.2) Other previous publications Notice number in OJ content list Of IV.1.4) Envisaged number of suppliers that will be invited to tender (when applicable) Number Or: Minimum / Maximum IV.2) AWARD CRITERIA B) The most economically advantageous tender in terms of: B2) criteria as stated in contract documents. IV.3) ADMINISTRATIVE INFORMATION IV.3.1) Reference number attributed to the file by the contracting authority B/HS/RW/002 IV.3.2) Conditions for obtaining contract document and additional documents Obtainable until 09/06/2005 Price (where applicable) Currency Terms and method of payment IV.3.3) Time-limit for receipt of tenders Date 10/06/2005 Days from dispatch of notice Time (when applicable) 12:00 IV.3.5) Language or languages in which tenders or requests to participate can be drawn up English Other(s) - third country IV.3.6) Minimum time frame during which the tenderer must maintain its tender Until Or months from the deadline stated for receipt of tenders Days from the deadline stated for receipt of tenders 90 days IV.3.7) Conditions for opening tenders IV.3.7.1) Persons authorised to be present at the opening of tenders (where applicable) IV.3.7.2) Date, time and place Date Time Place
SECTION VI: OTHER INFORMATION |
---|
VI.1) IS THIS NOTICE A NON-MANDATORY ONE? Yes VI.2) IF APPLICABLE, INDICATE WHETHER THIS PROCUREMENT IS A RECURRENT ONE AND THE ESTIMATED TIMING FOR FURTHER NOTICES TO BE PUBLISHED VI.3) DOES THE CONTRACT RELATE TO A PROJECT / PROGRAMME FINANCED BY EU FUNDS? No If yes, indicate the project / programme and any useful reference VI.4) ADDITIONAL INFORMATION (if applicable) Tender packs should be requested by e-mail from tenders@nao.gsi.gov.uk quoting B/HS/RW/002. Tender packs will be emailed to potential bidders. VI.5) DATE OF DISPATCH OF THIS NOTICE 23/05/2005 END OF NOTICE |