Salford City Council has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Minor Building Works and Responsive Repairs Framework Agreement |
Notice type: | Contract Notice |
Authority: | Salford City Council |
Nature of contract: | Works |
Procedure: | Open |
Short Description: | Minor building works, including but not limited to the following types of works, new build, general refurbishment,building extensions, remodelling of builidings.Typically works include general builiding, painting, flooring, ceiling, plastering, mechanical and electrical, joinery, brickwork repairs. The framework will include day to day repairs and maintenance to premises includng all trades. This framework does not include specialist trades, Salford City Council intends to advertise this requirement under a different notice. |
Published: | 17/01/2014 15:19 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Salford City Council
Unity House, Chorley Road, Salford, M27 5AW, United Kingdom
Tel. +44 01616866295, Email: procurement@salford.gov.uk, URL: www.salford.gov.uk, URL: www.salford.gov.uk
Electronic Access URL: www.the-chest.org.uk
Electronic Submission URL: www.the-chest.org.uk
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
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: Yes
Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Minor Building Works and Responsive Repairs Framework Agreement
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS Execution
Region Codes: UKD - NORTH WEST (ENGLAND)
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in months: 48
Estimated total value of purchases for the entire duration of the framework agreement:
Range between: 12,000,000 and 35,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Building alteration work. Building construction work. Building extension work. Building installation work. Repair and maintenance services of building installations. Minor building works, including but not limited to the following types of works, new build, general refurbishment,building extensions, remodelling of builidings.Typically works include general builiding, painting, flooring, ceiling, plastering, mechanical and electrical, joinery, brickwork repairs. The framework will include day to day repairs and maintenance to premises includng all trades. This framework does not include specialist trades, Salford City Council intends to advertise this requirement under a different notice.
II.1.6)Common Procurement Vocabulary:
45262700 - Building alteration work.
45210000 - Building construction work.
45262800 - Building extension work.
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more 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:
Minor building works, including but not limited to the following types of works, new build, general refurbishment,building extensions, remodelling of builidings.Typically works include general builiding, painting, flooring, ceiling, plastering, mechanical and electrical, joinery, brickwork repairs.. The framework will include day to day repairs and maintenance to premises includng all trades. This framework does not include specialist trades, Salford City Council intends to advertise this requirement under a different notice.
Estimated value excluding VAT:
Range between: 12,000,000 and 25,000,000
Currency: GBP
II.2.2)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
Not Provided
Information About Lots
Lot No: 1
Title: Minor Building works
1)Short Description:
Minor building works, including but not limited to the following types of works, new build, general refurbishment, building extensions, remodelling of builidings. Typically works include general builiding, painting, flooring, ceiling, plastering, mechanical and electrical, joinery, brickwork repairs. The scope of value of projects is works up to a £1,000,000 threshold.
2)Common Procurement Vocabulary:
45210000 - Building construction work.
45453100 - Refurbishment work.
45262700 - Building alteration work.
45262800 - Building extension work.
45300000 - Building installation work.
3)Quantity Or Scope:
Minor building works, including but not limited to the following types of works, new build, general refurbishment,building extensions, remodelling of builidings.Typically works include general builiding, painting, flooring, ceiling, plastering, mechanical and electrical, joinery, brickwork repairs. The scope of value of projects is works up to a £1,000,000 threshold.
Value range between: 10,000,000 and 31,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Lot 1 is subdivided into 3 based upon value of projects, low value works value between £0 - £150,000, Medium value works £150,000 to £500,000 and high value works £500,000 to £1,000,000.
Lot No: 2
Title: Responsive Repairs and Maintenance to Premises
1)Short Description:
Day to day responsive repairs, including emergency and out of hours repairs to council properties and various premises. The works typically include all trades.
2)Common Procurement Vocabulary:
50000000 - Repair and maintenance services.
50700000 - Repair and maintenance services of building installations.
3)Quantity Or Scope:
Day to day responsive repairs, including emergency and out of hours repairs to council properties and various premises. The works typically include all trades. This is an adhoc service and therefore the annual requirement is subject to fluctuation, the council estimated annual value for responsive repairs is approximately 500,000 GBP. The scope of works covers projects with a value between £0 - £100,000 GBP.
Value range between: 2,000,000 and 4,000,000
Currency: GBP
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Day to day responsive repairs, including emergency and out of hours repairs to council properties and various premises. The works typically include all trades. This is an adhoc service and therefore the annual requirement is subject to fluctuation, the council estimated annual value for responsive repairs is approximately 500,000 GBP. The scope of works covers projects with a value between £0 - £100,000 GBP.
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
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:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria:
The 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 auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 03/03/2014
Time: 14:00
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in days: 90
IV.3.8)Conditions for opening tenders
Date: 03/03/2014
Time: 14:00
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.Salford City Council is committed to maximising employment opportunities, reducing worklessness (long term unemployment) and the wider regeneration of the communities that it serves. Accordingly, the contract performance conditions will include the extent to which contractors are able to contribute to these objectives.
The initial framework period is for two years with a possible two year extension subject to annual reveiw. The following public sector authorities and partners of Salford City Council will be eligible to utilise this Framework Agreement at anytime during the period of 4 years from commencement: Any member of the Association of Greater Manchester Authorities (AGMA) http://www.agma.gov.uk/ , The AGMA members www.agma.gov.uk include Manchester City Council, Salford City Council, Bury Council, Oldham Council, Rochdale Council, Stockport Council, Trafford Council, Bolton Council, Tameside MBC, Wigan Council, Blackburn and Darwin Council, Blackpool Council, Cheshire East, Warrington Council, Salix Homes, CityWest Housing Trust, Office of the Police and Crime Commissioner for Greater Manchester.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=82646187
GO-2014117-PRO-5397395 TKR-2014117-PRO-5397394
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Salford City Council
Unity House, Civic Campus, Chorley Road, Swinton, M27 6AW, United Kingdom
Tel. +44 1616866259, Email: procurement@salford.gov.uk
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 17/01/2014
ANNEX A
IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
Purchased on behalf of other contracting authority details:
1: Contracting Authority
The Association of Greater Manchester Authorities - http://www.agma.gov.uk/agma/authorities/index.html
All Authorities address can be found on the site above., Trafford, United Kingdom
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Salford: Building alteration work.
I.1)Name, Addresses and Contact Point(s):
Salford City Council
Unity House, Chorley Road, Salford, M27 5AW, United Kingdom
Tel. +44 01616866295, Email: procurement@salford.gov.uk, URL: www.salford.gov.uk, URL: www.salford.gov.uk
Electronic Access URL: www.the-chest.org.uk
Electronic Submission URL: www.the-chest.org.uk
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Not Provided
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Minor Building Works and Responsive Repairs Framework Agreement
II.1.2)Type of contract and location of works:
WORKS
Execution
Region Codes: UKD - NORTH WEST (ENGLAND)
II.1.3)Information about a framework or a dynamic purchasing system:
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s):
Building alteration work. Building construction work. Building extension work. Building installation work. Repair and maintenance services of building installations. Minor building works, including but not limited to the following types of works, new build, general refurbishment,building extensions, remodelling of builidings.Typically works include general builiding, painting, flooring, ceiling, plastering, mechanical and electrical, joinery, brickwork repairs. The framework will include day to day repairs and maintenance to premises includng all trades. This framework does not include specialist trades, Salford City Council intends to advertise this requirement under a different notice.
II.1.5)Common procurement vocabulary:
45262700 - Building alteration work.
45210000 - Building construction work.
45262800 - Building extension work.
45300000 - Building installation work.
50700000 - Repair and maintenance services of building installations.
II.1.6)Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.2)Total Final Value Of Contract(s)
II.2.1) Total final value of the contract(s)
Value: 35,000,000
Currency: GBP
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Open
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 60
Quality - 40
IV.2.2)Information about electronic auction:
An electronic auction will be used: No
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: Not Provided
IV.3.2)Previous publication(s) concerning the same contract: No
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Minor Repairs 0K to £150K
Lot Number: 2
Title: Minor Repairs £150K - £500K
Lot Number: 4
Title: Responsive Repairs
V.1)Date Of Contract Award: 01/07/2014
V.2) Information About Offers
Number Of Offers Received: 35
Number Of Offers Received By Electronic Means: 35
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: E & J Kane Ltd
Postal address: Unit 4, Edward House, Dawson Street
Town: Swinton
Postal code: M27 4FJ
Country: United Kingdom
V.4)Information On Value Of Contract
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
2: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Minor Works £0K - £150K
Lot Number: 2
Title: Minor Works £150K - £500K
Lot Number: 4
Title: Responsive Repairs
V.1)Date Of Contract Award: 01/07/2014
V.2) Information About Offers
Number Of Offers Received: 35
Number Of Offers Received By Electronic Means: 35
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: G Jones Builders Ltd
Postal address: 359 Manchester Road, Clifton
Town: Swinton
Postal code: M27 6WE
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
3: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Minor Works £0K - £150K
Lot Number: 2
Title: Minor Works £150K - £500K
Lot Number: 3
Title: Minor Works £500K - £1mn
V.1)Date Of Contract Award: 01/07/2014
V.2) Information About Offers
Number Of Offers Received: 35
Number Of Offers Received By Electronic Means: 35
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Harry Fairclough Construction Limited
Postal address: Howley Lane
Town: Warrington
Postal code: WA12 2DN
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
4: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Minor Works £0K - £150K
Lot Number: 2
Title: Minor Works £150K - £500K
Lot Number: 3
Title: Minor Works £500K - £1mn
V.1)Date Of Contract Award: 01/07/2014
V.2) Information About Offers
Number Of Offers Received: 35
Number Of Offers Received By Electronic Means: 35
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: J Turner Construction Group Ltd
Postal address: Preston Road, Grimsargh
Town: Preston
Postal code: PR2 5SD
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
5: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Minor Works £0K - £150K
Lot Number: 2
Title: Minor Works £150K - £500K
Lot Number: 3
Title: Minor Works £500K - £1mn
V.1)Date Of Contract Award: 01/07/2014
V.2) Information About Offers
Number Of Offers Received: 35
Number Of Offers Received By Electronic Means: 35
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Manchester and Cheshire Construction Ltd
Postal address: 6 Oldfield Road
Town: Salford
Postal code: M5 4WB
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
6: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Minor Works £0K - £150K
V.1)Date Of Contract Award: 01/07/2014
V.2) Information About Offers
Number Of Offers Received: 35
Number Of Offers Received By Electronic Means: 35
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Rosslee Construction Limited
Postal address: Black Abbey Street
Town: Accrington
Postal code: BB5 1HT
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
7: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Minor Works £0K - £150K
Lot Number: 2
Title: Minor Works £150K - £500K
V.1)Date Of Contract Award: 01/07/2014
V.2) Information About Offers
Number Of Offers Received: 35
Number Of Offers Received By Electronic Means: 35
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Schofield & Sons Ltd
Postal address: 259 Monton Street
Town: Eccles
Postal code: M30 9PS
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
8: Award And Contract Value
Contract No: Not Provided
Lot Number: 2
Title: Minor Works £150K - £500K
Lot Number: 3
Title: Minor Works £500K - £1mn
V.1)Date Of Contract Award: 01/07/2014
V.2) Information About Offers
Number Of Offers Received: 35
Number Of Offers Received By Electronic Means: 35
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Seddon Construction Ltd
Postal address: Plodder Lane
Town: Bolton
Postal code: BL4 0NN
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
9: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Minor Works £0K - £150K
Lot Number: 2
Title: Minor Works £150K - £500K
Lot Number: 3
Title: Minor Works £500K - £1mn
V.1)Date Of Contract Award: 01/07/2014
V.2) Information About Offers
Number Of Offers Received: 35
Number Of Offers Received By Electronic Means: 35
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Warden Construction Ltd
Postal address: Damar House, Richard Street
Town: Preston
Postal code: PR4 2HU
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
10: Award And Contract Value
Contract No: Not Provided
Lot Number: 2
Title: Minor Works £150K - £500K
Lot Number: 3
Title: Minor Works £500K - £1mn
V.1)Date Of Contract Award: 01/07/2014
V.2) Information About Offers
Number Of Offers Received: 35
Number Of Offers Received By Electronic Means: 35
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: F Parkinson Ltd
Postal address: Mowbray Drive
Town: Blackpool
Postal code: FY3 7UN
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
11: Award And Contract Value
Contract No: Not Provided
Lot Number: 1
Title: Minor Works £0K - £150K
Lot Number: 4
Title: Responsive Repairs
V.1)Date Of Contract Award: 01/07/2014
V.2) Information About Offers
Number Of Offers Received: Not Provided
Number Of Offers Received By Electronic Means: Not Provided
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: Manchester Working Ltd
Postal address: 3rd Floor Universal Square, Devonshire Street
Town: Manchester
Postal code: M12 6JH
Country: United Kingdom
V.4)Information On Value Of Contract
Not Provided
V.5)Information about subcontracting:
The contract is likely to be subcontracted: No
Section VI: Complementary Information
VI.1)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.2)Additional Information:
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.Salford City Council is committed to maximising employment opportunities, reducing worklessness (long term unemployment) and the wider regeneration of the communities that it serves. Accordingly, the contract performance conditions will include the extent to which contractors are able to contribute to these objectives.The initial framework period is for two years with a possible two year extension subject to annual reveiw. The following public sector authorities and partners of Salford City Council will be eligible to utilise this Framework Agreement at anytime during the period of 4 years from commencement: Any member of the Association of Greater Manchester Authorities (AGMA) http://www.agma.gov.uk/ , The AGMA members www.agma.gov.uk include Manchester City Council, Salford City Council, Bury Council, Oldham Council, Rochdale Council, Stockport Council, Trafford Council, Bolton Council, Tameside MBC, Wigan Council, Blackburn and Darwin Council, Blackpool Council, Cheshire East, Warrington Council, Salix Homes, CityWest Housing Trust, Office of the Police and Crime Commissioner for Greater Manchester.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=112047615
GO-201498-PRO-5987155 TKR-201498-PRO-5987154
VI.3.1)Body responsible for appeal procedures:
Salford City Council
Unity House, Civic Campus, Chorley Road, Swinton, M27 6AW, United Kingdom
Tel. +44 1616866259, Email: procurement@salford.gov.uk
VI.3.2)Lodging of appeals: Not Provided
VI.3.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.4)Date Of Dispatch Of This Notice: 08/09/2014
ANNEX A
I) Address of the other contracting authority on behalf of which the contracting authority is purchasing
1: Contracting Authority
Manchester City Council
Town Hall, Albert Square, Manchester, M60 2LA, United Kingdom