Wycombe District Council: Framework agreement for Pest and Dog control

  Wycombe District Council is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Framework agreement for Pest and Dog control
Notice type: Contract Notice
Authority: Wycombe District Council
Nature of contract: Services
Procedure: Open
Short Description: This framework is divided into 2 lots: Lot 1 - Dog Control Services and Lot 2 - Pest Control Services. The value below covers both Lots.
Published: 11/09/2019 11:47
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-High Wycombe: Pest-control services.
Section I: Contracting Authority
      I.1) Name and addresses
             Wycombe District Council
             Queen Victoria Rd, High Wycombe, HP11 1BB, United Kingdom
             Tel. +44 1494421315, Email: steve.middleton@wycombe.gov.uk
             Contact: Steven Middleton
             Main Address: https://www.wycombe.gov.uk, Address of the buyer profile: https://www.wycombe.gov.uk
             NUTS Code: UKJ1
      I.2) Joint procurement
      The contract involves joint procurement: Yes.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-High-Wycombe:-Pest-control-services./K5CSQPQ588
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/K5CSQPQ588 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Framework agreement for Pest and Dog control       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      90922000 - Pest-control services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: This framework is divided into 2 lots: Lot 1 - Dog Control Services and Lot 2 - Pest Control Services. The value below covers both Lots.       
      II.1.5) Estimated total value:
      Value excluding VAT: 1,590,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Lot 1 Dog Control and Lot 2 Pest control

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Dog Control Services       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      98380000 - Dog kennel services.
      
      II.2.3) Place of performance:
      UKJ1 Berkshire, Buckinghamshire and Oxfordshire
      
      II.2.4) Description of procurement: Lot 1 - Dog Control Services.
Dog Control Services comprises the collection and kennelling of stray dogs both in and outside of office hours, provision of an acceptance point, patrolling and investigation of dog fouling complaints and the initial investigation of dog nuisance complaints.
The stray dog service requirement is for the collection, transportation and kennelling of stray dogs that have either been seized on behalf of the Council or detained and reported by the public both in and outside of office hours not including dogs formally identified as dangerous and banned breeds, provision of an acceptance point, re-homing or in exceptional situations destroying uncollected strays; receiving money on behalf of the Council; and arranging veterinary treatment as necessary; all in accordance with the provisions of the Animal Welfare Act 2006, The Clean Neighbourhoods and Environment Act 2005, Environmental Protection Act 1990, Dogs (Fouling of Land) Act 1996, Control of Dogs Order 1992, the Animal Boarding Establishment Act 1963, the Microchipping of dogs (England) Regulations 2015 and any other legal requirements as applicable.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 880,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Wycombe District Council is the Lead Authority for this procurement. The service is being procured on behalf of Wycombe District Council, Chiltern District Council, South Bucks District Council and Aylesbury Vale District Council, collectively known as “participating authorities”.
The Council will award one contract for both lots or separate contracts for each Lot depending on bids.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Pest Control Services       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      90922000 - Pest-control services.
      
      II.2.3) Place of performance:
      UKJ1 Berkshire, Buckinghamshire and Oxfordshire
      
      II.2.4) Description of procurement: Lot 2 Pest Control Services.
Pest Control Services comprises the provision of a service to the public for the treatment of; bedbugs, cockroaches, fleas, glis glis, rats, mice, and wasps. The same treatments to be provided at council premises and as directed.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 710,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Wycombe District Council is the Lead Authority for this procurement. The service is being procured on behalf of Wycombe District Council, Chiltern District Council, South Bucks District Council and Aylesbury Vale District Council, collectively known as “participating authorities”.
The Council will award one contract for both lots or separate contracts for each Lot depending on bids.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 25/10/2019 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 25/10/2019
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-High-Wycombe:-Pest-control-services./K5CSQPQ588

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K5CSQPQ588
   VI.4) Procedures for review
   VI.4.1) Review body:
             Wycombe District Council
       Queen Victoria Rd, High Wycombe, HP111BB, United Kingdom
       Tel. +44 1494421315, Email: steve.middleton@wycombe.govuk
   VI.4.2) Body responsible for mediation procedures:
             Wycombe District Council
          Queen Victoria Rd, High Wycombe, HP11 1BB, United Kingdom
          Tel. +44 1494421315
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 11/09/2019

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
       Chiltern District Council
       King George V Rd, Amersham, HP6 5AW, United Kingdom
       Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
       Contact: Ian Snudden
       Main Address: https://www.chiltern.gov.uk
       NUTS Code: UKJ1

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      2: Contracting Authority
       Aylesbury Vale District Council
       The Gateway, Gateway Rd, Aylesbury, HP19 8FF, United Kingdom
       Tel. +44 1296585498, Email: jbromilow@aylesburyvaledc.gov.uk
       Contact: Bromilow, Jacqui
       Main Address: https://www.aylesburyvaledc.gov.uk
       NUTS Code: UKJ1

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
      3: Contracting Authority
       South Bucks District Council
       Capswood, Oxford Rd, Denham, UB9 4LH, United Kingdom
       Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
       Contact: Ian Snudden
       Main Address: https://www.southbucks.gov.uk
       NUTS Code: UKJ1

View any Notice Addenda

Framework agreement for Pest and Dog control

UK-High Wycombe: Pest-control services.

Section I: Contracting authority/entity (as stated in the original notice)

I.1) Name and addresses
       Wycombe District Council
       Queen Victoria Rd, High Wycombe, HP11 1BB, United Kingdom
       Tel. +44 1494421315, Email: steve.middleton@wycombe.gov.uk
       Contact: Steven Middleton
       Main Address: https://www.wycombe.gov.uk, Address of the buyer profile: https://www.wycombe.gov.uk
       NUTS Code: UKJ1

Section II: Object (as stated in the original notice)

II.1) Scope of the procurement
   
   II.1.1) Title: Framework agreement for Pest and Dog control      Reference number: Not Provided      
   II.1.2) Main CPV code:
      90922000 - Pest-control services.
   
   II.1.3) Type of contract: SERVICES   
   II.1.4) Short Description: This framework is divided into 2 lots: Lot 1 - Dog Control Services and Lot 2 - Pest Control Services.

Section VI: Complementary information

V1.5) Date of dispatch of this notice: 22/10/2019

VI.6) Original notice reference:

   Notice Reference:    2019 - 232461   
   Notice number in OJ S: Not Provided
   Date of dispatch of the original notice: 17/09/2019

Section VII: Changes

VII.1) Information to be changed or added

      VII.1.1) Reason for change: Modification of original information submitted by the contracting authority    
      
      VII.1.2) Text to be corrected in original notice No: 1
                                    
         Section Number: IV.2.2          
         Place of text to be modified: Time Limit for receipt of tenders extended.          
         Instead of:
         Date: 25/10/2019         
         Local Time: 12:00          
         Read:
         Date: 08/11/2019         
         Local Time: 12:00                   
   
VII.2) Other 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-High-Wycombe:-Pest-control-services./K5CSQPQ588

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/K5CSQPQ588


Additional Addresses And Contact Points

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      1. Contracting Authority/Entity:
          Chiltern District Council
          King George V Rd, Amersham, HP6 5AW, United Kingdom
          Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
          Contact: Ian Snudden
          Main Address: https://www.chiltern.gov.uk
          NUTS Code: UKJ1

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      2. Contracting Authority/Entity:
          Aylesbury Vale District Council
          The Gateway, Gateway Rd, Aylesbury, HP19 8FF, United Kingdom
          Tel. +44 1296585498, Email: jbromilow@aylesburyvaledc.gov.uk
          Contact: Bromilow, Jacqui
          Main Address: https://www.aylesburyvaledc.gov.uk
          NUTS Code: UKJ1

   IV) Address of the other contracting entity on behalf of which the contracting entity is purchasing
      3. Contracting Authority/Entity:
          South Bucks District Council
          Capswood, Oxford Rd, Denham, UB9 4LH, United Kingdom
          Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
          Contact: Ian Snudden
          Main Address: https://www.southbucks.gov.uk
          NUTS Code: UKJ1

View Award Notice

UK-High Wycombe: Pest-control services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Wycombe District Council
       Queen Victoria Rd, High Wycombe, HP11 1BB, United Kingdom
       Tel. +44 1494421315, Email: steve.middleton@wycombe.gov.uk
       Contact: Steven Middleton
       Main Address: https://www.wycombe.gov.uk, Address of the buyer profile: https://www.wycombe.gov.uk
       NUTS Code: UKJ1

   I.2) Joint procurement:
      The contract involves joint procurement: Yes          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Framework agreement for Pest and Dog control            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         90922000 - Pest-control services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This framework is divided into 2 lots: Lot 1 - Dog Control Services and Lot 2 - Pest Control Services. The value below covers both Lots.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 1,350,480
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Dog Control Services   
      Lot No:1

      II.2.2) Additional CPV code(s):
            98380000 - Dog kennel services.


      II.2.3) Place of performance
      Nuts code:
      UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
   
      Main site or place of performance:
      Berkshire, Buckinghamshire and Oxfordshire
             

      II.2.4) Description of the procurement: Lot 1 - Dog Control Services.
Dog Control Services comprises the collection and kennelling of stray dogs both in and outside of office hours, provision of an acceptance point, patrolling and investigation of dog fouling complaints and the initial investigation of dog nuisance complaints.
The stray dog service requirement is for the collection, transportation and kennelling of stray dogs that have either been seized on behalf of the Council or detained and reported by the public both in and outside of office hours not including dogs formally identified as dangerous and banned breeds, provision of an acceptance point, re-homing or in exceptional situations destroying uncollected strays; receiving money on behalf of the Council; and arranging veterinary treatment as necessary; all in accordance with the provisions of the Animal Welfare Act 2006, The Clean Neighbourhoods and Environment Act 2005, Environmental Protection Act 1990, Dogs (Fouling of Land) Act 1996, Control of Dogs Order 1992, the Animal Boarding Establishment Act 1963, the Microchipping of dogs (England) Regulations 2015 and any other legal requirements as applicable.
From 1 April 2020, a new Buckinghamshire Council replaced the existing county and district councils, all of which ceased to exist.
In accordance with legislation, namely Regulation 7 of the Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008 & The Buckinghamshire (Structural Changes) Order 2019, all current contracts entered into by the district councils will transfer to the new council on 1 April 2020.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Wycombe District Council is the Lead Authority for this procurement. The service is being procured on behalf of Wycombe District Council, Chiltern District Council, South Bucks District Council and Aylesbury Vale District Council, collectively known as “participating authorities”.
The Council will award one contract for both lots or separate contracts for each Lot depending on bids.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Pest Control Services   
      Lot No:2

      II.2.2) Additional CPV code(s):
            90922000 - Pest-control services.


      II.2.3) Place of performance
      Nuts code:
      UKJ1 - Berkshire, Buckinghamshire and Oxfordshire
   
      Main site or place of performance:
      Berkshire, Buckinghamshire and Oxfordshire
             

      II.2.4) Description of the procurement: Lot 2 Pest Control Services.
Pest Control Services comprises the provision of a service to the public for the treatment of; bedbugs, cockroaches, fleas, glis glis, rats, mice, and wasps. The same treatments to be provided at council premises and as directed.
From 1 April 2020, a new Buckinghamshire Council replaced the existing county and district councils, all of which ceased to exist.
In accordance with legislation, namely Regulation 7 of the Local Government (Structural Changes) (Transfer of Functions, Property, Rights and Liabilities) Regulations 2008 & The Buckinghamshire (Structural Changes) Order 2019, all current contracts entered into by the district councils will transfer to the new council on 1 April 2020.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: Wycombe District Council is the Lead Authority for this procurement. The service is being procured on behalf of Wycombe District Council, Chiltern District Council, South Bucks District Council and Aylesbury Vale District Council, collectively known as “participating authorities”.
The Council will award one contract for both lots or separate contracts for each Lot depending on bids.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2019/S 177-431138
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Dog Control Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 03/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 1
         Number of tenders received from SMEs: 1 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 1

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             SDK Environmental Ltd, 03988788
             Unit 9, The Business Village, Wexham Rd, Slough, SL2 5HF, United Kingdom
             NUTS Code: UKJ1
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 536,920          
         Total value of the contract/lot: 536,920
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: Not Provided    
   Lot Number: 2    
   Title: Pest Control Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 03/03/2020

      V.2.2) Information about tenders
         Number of tenders received: 5
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 5

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             SDK Environmental Ltd, 03988788
             Unit 9, The Business Village, Wexham Rd, Slough, SL2 5HF, United Kingdom
             NUTS Code: UKJ1
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 813,560          
         Total value of the contract/lot: 813,560
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=476188012

   VI.4) Procedures for review

      VI.4.1) Review body
          Wycombe District Council
          Queen Victoria Rd, High Wycombe, HP111BB, United Kingdom
          Tel. +44 1494421315, Email: steve.middleton@wycombe.govuk

      VI.4.2) Body responsible for mediation procedures
          Wycombe District Council
          Queen Victoria Rd, High Wycombe, HP11 1BB, United Kingdom
          Tel. +44 1494421315

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 05/05/2020

ANNEX A

   I) Address of the other contracting authority on behalf of which the contracting authority is purchasing   
   1: Contracting Authority
       Chiltern District Council
       King George V Rd, Amersham, HP6 5AW, United Kingdom
       Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
       Contact: Ian Snudden
       Main Address: https://www.chiltern.gov.uk
       NUTS Code: UKJ1
   
   2: Contracting Authority
       Aylesbury Vale District Council
       The Gateway, Gateway Rd, Aylesbury, HP19 8FF, United Kingdom
       Tel. +44 1296585498, Email: jbromilow@aylesburyvaledc.gov.uk
       Contact: Bromilow, Jacqui
       Main Address: https://www.aylesburyvaledc.gov.uk
       NUTS Code: UKJ1
   
   3: Contracting Authority
       South Bucks District Council
       Capswood, Oxford Rd, Denham, UB9 4LH, United Kingdom
       Tel. +44 1494732057, Email: Ian.Snudden@chilternandsouthbucks.gov.uk
       Contact: Ian Snudden
       Main Address: https://www.southbucks.gov.uk
       NUTS Code: UKJ1