Watford Borough Council is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Homelessness Accommodation, Watford |
Notice type: | Contract Notice |
Authority: | Watford Borough Council |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Watford BC is proposing to let a framework contract in three lots, for the provision of temporary accommodation, for the provision of accommodation for short-term use and for private sector accommodation to prevent homelessness. |
Published: | 27/06/2016 13:57 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
Contact: Corporate Procurement Manager
Main Address: http://www.watford.gov.uk, Address of the buyer profile: http://www.watford.gov.uk
NUTS Code: UKH23
I.2) Joint procurement
The contract involves joint procurement: No.
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: http://www.delta-esourcing.com/tenders/UK-UK-Watford:-Housing-services./T784277S8F
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com 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
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Homelessness Accommodation, Watford
Reference Number: Not provided
II.1.2) Main CPV Code:
70333000 - Housing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Watford BC is proposing to let a framework contract in three lots, for the provision of temporary accommodation, for the provision of accommodation for short-term use and for private sector accommodation to prevent homelessness.
II.1.5) Estimated total value:
Value excluding VAT: 5,000,000
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: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Temporary Accommodation
Lot No: 1
II.2.2) Additional CPV codes:
70333000 - Housing services.
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: The provision of temporary accommodation, where the Council has not ended its homelessness duties.
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: 2,000,000
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: Yes
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: Not provided
II.2) Description Lot No. 2
II.2.1) Title: Short-term Temporary Accommodation
Lot No: 2
II.2.2) Additional CPV codes:
70333000 - Housing services.
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: The provision of accommodation for short-term use, usually where the Council is assessing its duties.
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: 2,000,000
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: Yes
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: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Private Rented Sector
Lot No: 3
II.2.2) Additional CPV codes:
70333000 - Housing services.
II.2.3) Place of performance:
UKH23 Hertfordshire
II.2.4) Description of procurement: Procurement of private sector accommodation for the Council to use to prevent homelessness or to discharge its homelessness duties.
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: 1,000,000
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: Yes
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: Not provided
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:
As shown in the ITT
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
As shown in the ITT
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: Yes
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
Framework agreement with several operators
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: No
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: 08/08/2016 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): 2
IV.2.7) Conditions for opening of tenders:
Date: 08/08/2016
Time: 12:00
Place:
Watford Town Hall
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.
Bids for this opportunity must be submitted, including a completed on-line questionnaire, via the procurement portal. The portal includes further information about the project. Suppliers should read through this set of instructions and follow the process to respond to this opportunity.
The information and documents for this opportunity are available on https://www.delta-esourcing.com
You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: T784277S8F
Please allow sufficient time when responding prior to the closing date and time shown on the portal as you have been asked to complete an on-line questionnaire and to upload documents. Late submissions cannot be uploaded and will not be accepted.
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Watford:-Housing-services./T784277S8F
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/T784277S8F
VI.4) Procedures for review
VI.4.1) Review body:
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
Internet address: http://www.watford.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
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: 27/06/2016
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
Contact: Corporate Procurement Manager
Main Address: http://www.watford.gov.uk, Address of the buyer profile: http://www.watford.gov.uk
NUTS Code: UKH23
I.2) Joint procurement:
The contract involves joint procurement: No
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:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Homelessness Accommodation, Watford
Reference number: Not Provided
II.1.2) Main CPV code:
70333000 - Housing services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Watford BC is proposing to let a framework contract in three lots, for the provision of temporary accommodation, for the provision of accommodation for short-term use and for private sector accommodation to prevent homelessness.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 5,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Temporary Accommodation
Lot No:1
II.2.2) Additional CPV code(s):
70333000 - Housing services.
II.2.3) Place of performance
Nuts code:
UKH23 - Hertfordshire
Main site or place of performance:
Hertfordshire
II.2.4) Description of the procurement: The provision of temporary accommodation, where the Council has not ended its homelessness duties.
II.2.5) Award criteria:
Quality criterion - Name: Approach to procuring accommodation / Weighting: 15
Quality criterion - Name: Innovation and delivery / Weighting: 10
Quality criterion - Name: Housing Management / Weighting: 10
Quality criterion - Name: Repairing Obligations / Weighting: 5
Quality criterion - Name: Customer Care / Weighting: 5
Quality criterion - Name: Staffing / Weighting: 5
Quality criterion - Name: Social Value / Weighting: 5
Quality criterion - Name: Risk Management / Weighting: 5
Price - Weighting: 40
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: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Short-term Temporary Accommodation
Lot No:2
II.2.2) Additional CPV code(s):
70333000 - Housing services.
II.2.3) Place of performance
Nuts code:
UKH23 - Hertfordshire
Main site or place of performance:
Hertfordshire
II.2.4) Description of the procurement: The provision of accommodation for short-term use, usually where the Council is assessing its duties.
II.2.5) Award criteria:
Quality criterion - Name: Approach to procuring accommodation / Weighting: 30
Quality criterion - Name: Innovation and Delivery / Weighting: 15
Quality criterion - Name: Housing Management / Weighting: 15
Quality criterion - Name: Repairing Obligations / Weighting: 10
Quality criterion - Name: Staffing / Weighting: 10
Quality criterion - Name: Risk Management / Weighting: 10
Quality criterion - Name: Social Value / Weighting: 5
Quality criterion - Name: Customer Care / Weighting: 5
Price - Weighting: 0
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: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Private Rented Sector
Lot No:3
II.2.2) Additional CPV code(s):
70333000 - Housing services.
II.2.3) Place of performance
Nuts code:
UKH23 - Hertfordshire
Main site or place of performance:
Hertfordshire
II.2.4) Description of the procurement: Procurement of private sector accommodation for the Council to use to prevent homelessness or to discharge its homelessness duties.
II.2.5) Award criteria:
Quality criterion - Name: Approach to procuring accommodation / Weighting: 40
Quality criterion - Name: Housing Management / Weighting: 20
Quality criterion - Name: Innovation and Delivery / Weighting: 15
Quality criterion - Name: Staffing / Weighting: 15
Quality criterion - Name: Risk Management / Weighting: 10
Price - Weighting: 0
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: Not Provided
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: No
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: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Not Provided
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: Not Provided
Title: Lot 1: Temporary Accommodation, Lot 2: Short-term Temporary Accommodation, Lot 3: Private Rented Sector
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/01/2017
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8 (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: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Finefair Ltd
552-554 Ley Street, Ilford, IG2 7DB, United Kingdom
Email: contracts@finefair.com
NUTS Code: UKH3
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: 5,000,000
Total value of the contract/lot: 5,000,000
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: Not Provided
Title: Lot 1: Temporary Accommodation, Lot 2: Short-term Temporary Accommodation, Lot 3: Private Rented Sector
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/01/2017
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8 (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: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Omega Lettings Ltd
Innova House, Innova Park, Kinetic Crescent, Enfield, EN3 7XH, United Kingdom
Email: desire.serfontein@mearsgroup.co.uk
NUTS Code: UKH3
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: 5,000,000
Total value of the contract/lot: 5,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: Lot 1: Temporary Accommodation, Lot 2: Short-term Temporary Accommodation, Lot 3: Private Rented Sector
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/01/2017
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8 (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: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Paradigm Homes Charitable Housing Association
1 Glory Park Avenue, Wooburn Green, HP10 0DF, United Kingdom
Email: psllettings@paradigmhousing.co.uk
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: 5,000,000
Total value of the contract/lot: 5,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.4)
Contract No: Not Provided
Lot Number: Not Provided
Title: Lot 1: Temporary Accommodation, Lot 2: Short-term Temporary Accommodation
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/01/2017
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8 (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: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Cromwood Limited
1A Holmdale Terrace, London, N15 6PP, United Kingdom
Email: moses@cromwood.co.uk
NUTS Code: UKI
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: 5,000,000
Total value of the contract/lot: 5,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.5)
Contract No: Not Provided
Lot Number: Not Provided
Title: Lot 1: Temporary Accommodation, Lot 2: Short-term Temporary Accommodation
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/01/2017
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8 (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: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
UK Room (London) Limited
4 Prince Albert Road, London, NW11 1SN, United Kingdom
Email: lynn@ukroom.co.uk
NUTS Code: UKI23
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: 5,000,000
Total value of the contract/lot: 5,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.6)
Contract No: Not Provided
Lot Number: Not Provided
Title: Lot 1: Temporary Accommodation
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/01/2017
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8 (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: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Altwood Properties Limited
The Coach House, Sevenhills Road, Iver, SL0 0PA, United Kingdom
Email: sundeep.dhesi@altwoodgroup.com
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: 5,000,000
Total value of the contract/lot: 5,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.7)
Contract No: Not Provided
Lot Number: Not Provided
Title: Lot 2: Short-term Temporary Accommodation
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/01/2017
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8 (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: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Altwood Housing Limited
The Coach House, Sevenhills Road, Iver, SL0 0PA, United Kingdom
Email: sundeep.dhesi@altwoodgroup.com
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: 5,000,000
Total value of the contract/lot: 5,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.8)
Contract No: Not Provided
Lot Number: Not Provided
Title: Lot 1: Temporary Accommodation
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 24/01/2017
V.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8 (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: 8
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
Hightown Housing Association
Hightown House, Maylands Avenue, Hemel Hempstead, HP2 4XH, United Kingdom
Email: Brian.Finn@hightownha.org.uk
NUTS Code: UKH23
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: 5,000,000
Total value of the contract/lot: 5,000,000
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.
The information and documents for this opportunity were available on https://www.delta-esourcing.com
If you experience any technical difficulties please contact the Delta eSourcing Helpdesk on 0845 270 7050 or email helpdesk@delta-esourcing.com
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=237459920
VI.4) Procedures for review
VI.4.1) Review body
Watford Borough Council
Town Hall, Watford, WD17 3EX, United Kingdom
Tel. +44 1923278370, Email: howard.hughes@watford.gov.uk
Internet address: http://www.watford.gov.uk
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: 30/01/2017