Commercial: Telecommunications Network Services (HCON01295 - YHPSN)

  Commercial has published this notice through Delta eSourcing

Notice Summary
Title: Telecommunications Network Services (HCON01295 - YHPSN)
Notice type: Contract Notice
Authority: Commercial
Nature of contract: Services
Procedure: Negotiated
Short Description: The procurement seeks to establish a Framework Agreement for the provision of telecommunications network services across a range of public sector organisations including Health, Local Government, Police, Fire & Rescue and Transport. The scope of which shall include the design, implementation (including migration and transition), provision and management of telecommunications network services.
Published: 13/06/2017 18:40

View Full Notice

UK-Leeds: Telecommunications services.
Section I: Contracting Authority
      I.1) Name and addresses
             The Health and Social Care Information Centre (known as NHS Digital)
             1 Trevelyan Square, Boar Lane, Leeds, LS1 6AE, United Kingdom
             Email: hscn.access@nhs.net
             Main Address: http://digital.nhs.uk, Address of the buyer profile: https://www.delta-esourcing.com/
             NUTS Code: UKE
      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: Yes.
      I.3) Communication
      Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://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: https://www.delta-esourcing.com/
      I.4) Type of the contracting authority
            Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5) Main activity
            Health

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Telecommunications Network Services (HCON01295 - YHPSN)       
      Reference Number: HCON01295
      II.1.2) Main CPV Code:
      64200000 - Telecommunications services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The procurement seeks to establish a Framework Agreement for the provision of telecommunications network services across a range of public sector organisations including Health, Local Government, Police, Fire & Rescue and Transport. The scope of which shall include the design, implementation (including migration and transition), provision and management of telecommunications network services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 120,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      45232332 - Ancillary works for telecommunications.
      32400000 - Networks.
      32412100 - Telecommunications network.
      32413100 - Network routers.
      32415000 - Ethernet network.
      32416000 - ISDN network.
      32417000 - Multimedia networks.
      32418000 - Radio network.
      32420000 - Network equipment.
      32423000 - Network hubs.
      32425000 - Network operating system.
      32427000 - Network system.
      32428000 - Network upgrade.
      32430000 - Wide area network.
      32522000 - Telecommunications equipment.
      32524000 - Telecommunications system.
      32530000 - Satellite-related communications equipment.
      32531000 - Satellite communications equipment.
      32570000 - Communications equipment.
      32571000 - Communications infrastructure.
      32581000 - Data-communications equipment.
      32581100 - Data-transmission cable.
      45232300 - Construction and ancillary works for telephone and communication lines.
      45314000 - Installation of telecommunications equipment.
      48200000 - Networking, Internet and intranet software package.
      48219500 - Switch or router software package.
      50312300 - Maintenance and repair of data network equipment.
      50330000 - Maintenance services of telecommunications equipment.
      50332000 - Telecommunications-infrastructure maintenance services.
      51300000 - Installation services of communications equipment.
      64210000 - Telephone and data transmission services.
      64214400 - Communication landline rental.
      64221000 - Interconnection services.
      72224100 - System implementation planning services.
      72225000 - System quality assurance assessment and review services.
      72228000 - Hardware integration consultancy services.
      72246000 - Systems consultancy services.
      72253000 - Help-desk and support services.
      72253100 - Help-desk services.
      72253200 - Systems support services.
      72315000 - Data network management and support services.
      72315100 - Data network support services.
      72315200 - Data network management services.
      72318000 - Data transmission services.
      72720000 - Wide area network services.
      79710000 - Security services.
      32560000 - Fibre-optic materials.
      32561000 - Fibre-optic connections.
      32562000 - Optical-fibre cables.
      32562100 - Optical-fibre cables for information transmission.
      32562200 - Optical telecommunication cables.
      32562300 - Optical-fibre cables for data transmission.
      
      II.2.3) Place of performance:
      UKE YORKSHIRE AND THE HUMBER
      
      II.2.4) Description of procurement: The procurement seeks to establish a Framework Agreement for the provision of telecommunications network services across a range of public sector organisations including Health, Local Government, Police, Fire & Rescue and Transport. The scope of which shall include the design, implementation (including migration and transition), provision and management of telecommunications network services which:
•Drives out duplication;
•Meets required transition and migration timelines;
•Meets technical requirements in terms of HSCN compliance and delivery of PSN compliant services;
•Enables integration of services and solutions delivered from shared locations;
•Are scalable and flexible allowing quick increase or decrease in bandwidth; and
•Maximises the use of existing infrastructure whilst being innovative in solution.

The requirements encompass the provision of:
•Core network infrastructure;
•Wide Area Network infrastructure;
•Services compliant with technical, cyber and information governance standards;
•Service delivery and customer management functions; and
•Services ancillary to the above.

For the purposes of this procurement the "Yorkshire and Humber Region" means any location within the following Sustainability and Transformation Plans ("STP") Footprints as defined by NHS England (https://www.england.nhs.uk/stps/) as defined at the date of this Contract Notice:

•Humber, Coast and Vale;
•South Yorkshire and Bassetlaw;
•West Yorkshire and Harrogate; and
•Durham, Darlington, Teesside, Hambleton, Richmondshire and Whitby.

As at the publication of this Contract Notice the latest list of these Contracting Authorities can be found in the Office for National Statistics' Public Sector Classification Guide (see the ‘Central Government’ and ‘Local Government’ worksheets in the ‘Public Sector Classification Guide) — January 2017 spreadsheet found at: https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide classification guide (updated from time to time).
      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: 120,000,000       
      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.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 6
            / Maximum number: 9       
      Objective criteria for choosing the limited number of candidates: The Contracting Authority intends to invite 6 candidates to tender on the basis of the order of the highest ranking candidates at the SQ stage, and as described in the SQ. The Contracting Authority reserves its right to extend this to up to 9 candidates if the scoring between 6th and 9th placed candidates is very close and/or to ensure a genuine competition and/or in other circumstances at the Contracting Authority's discretion. During the SQ stage submissions will be assessed and marked following which, and based on the order of ranking, the Contracting Authority will exercise its sole and absolute discretion to determine the number of candidates to be invited to negotiate.
      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: Note that, in accordance with Government's policies on transparency, the Contracting Authority intends to publish the Invitation to Negotiate (ITN) documents, and the text of any Contract awarded (to include the Framework Agreement, and any subsequent Call-Off Agreements entered into thereunder), subject to possible redactions at the discretion of the Contracting Authority.       


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       
      List and brief description of selection criteria:
      Economic and financial standing will be evaluated and will result in a “pass” or “fail” for each Tender as set out in the SQ. In order to progress to the next stage, a Tender must pass this hurdle.    
      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 NEGOTIATED
      IV.1.1) Type of procedure:   
   
   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.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: Yes.
   IV.1.5) Information about negotiation: No.
   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: 21/07/2017 Time: 15:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 31/08/2017       
      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: Not Provided      
      

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.To gain access you must first be registered with Delta eSourcing who can be contacted at https://www.delta-esourcing.com/.
An Access code of MM4AF48W3U will need to be entered at https://www.delta-esourcing.com/ to view the documents which shall include an Selection Questionnaire (SQ).

In the event of difficulty gaining access to the documents queries should first be directed to Delta eSourcing. If access can still not be gained contact should then be made via hscn.access@nhs.net quoting the procurement title in the subject of the email.

The Authority will be holding a supplier event to provide information relating to the HSCN YHPSN procurement. Following the event, this information will be made available on the Delta eSourcing web site details of which are provided above. Innopsis are facilitating the event. If any supplier wishes to attend the event then please register using the link below:
https://www.eventbrite.co.uk/e/yhpsn-hscn-procurement-supplier-day-tickets-35373753850

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 Framework Agreement will be accessible for use by all Public Sector bodies including their Arm's Length Bodies and agencies; Non-Ministerial Department and Executive Agencies; and the Wider Public Sector (and any future successors to these organisations) located within, or providing services to individuals or other participating organisations located within the Yorkshire and Humber Region.

Entities which are not public sector bodies may also use the Framework Agreement if the Contracting Authority is satisfied that such entity is calling off goods or services directly, solely and exclusively in order to satisfy contractual obligations to 1 or more public sector bodies or such other entities as may be entitled to receive the benefit of goods or services under the terms of the Framework Agreement (‘End Users’), all of which are entitled to use the Framework Agreements on their own account; and all Services to be called-off by it are to be used directly, solely and exclusively by such End Users; and it will pass the benefit of the Call-Off Contract to such End Users directly in full. The Framework Agreement will also be accessible to charitable and other third sector organisations engaged in the provision of health and social care related services within the Yorkshire and Humber Region.

The Framework Agreement will also be accessible for use by any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
(i) Financed wholly or mainly by another Contracting Authority listed above in section VI.3) of this notice;
(ii) Subject to management supervision by another Contracting Authority listed above in section VI.3) of this notice; or
(iii) An association of or formed by one (1) or more of the Contracting Authorities (listed above in section VI.3 of this notice).

It is currently envisaged that the Framework Agreement will be novated, at or following contract award, from NHS Digital to one of the public sector bodies listed above as being entitled to enter agreements pursuant to the Framework Agreement.

The Contracting Authority expressly reserves the right:
— not to award any contract as a result of the procurement process;
— to make any changes it may see fit to the content and structure of the tendering competition;
— to award one or more public contract(s) in relation to part only of the requirements covered by this notice; and
— to award a contract(s) in stages.
The Authority shall not be liable to any bidder for any costs incurred.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=263239511
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Health and Social Care Infromation Centre
       1 Trevelyan Square, Boar Lane, Leeds, LS1 6AE, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Precise information on deadline(s) for review procedures:
The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of a contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must generally be brought within 30 days. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.    
   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: 13/06/2017

Annex A


View any Notice Addenda

View Award Notice

UK-Leeds: Telecommunications services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Health and Social Care Information Centre (known as NHS Digital)
       1 Trevelyan Square, Boar Lane, Leeds, LS1 6AE, United Kingdom
       Tel. +44 3003035678, Email: hscn.access@nhs.net
       Contact: Steve Barrett
       Main Address: http://digital.nhs.uk, Address of the buyer profile: https://www.delta-esourcing.com/
       NUTS Code: UKE

   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: Yes

   I.4)Type of the contracting authority:
      Ministry or any other national or federal authority, including their regional or local subdivisions

   I.5) Main activity:
      Health

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Telecommunications Network Services (HCON01295 - YHPSN)            
      Reference number: HCON01295

      II.1.2) Main CPV code:
         64200000 - Telecommunications services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The procurement seeks to establish a Framework Agreement for the provision of telecommunications network services across a range of public sector organisations including Health, Local Government, Police, Fire & Rescue and Transport. The scope of which shall include the design, implementation (including migration and transition), provision and management of telecommunications network services.

      II.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 120,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            45232332 - Ancillary works for telecommunications.
            32400000 - Networks.
            32412100 - Telecommunications network.
            32413100 - Network routers.
            32415000 - Ethernet network.
            32416000 - ISDN network.
            32417000 - Multimedia networks.
            32418000 - Radio network.
            32420000 - Network equipment.
            32423000 - Network hubs.
            32425000 - Network operating system.
            32427000 - Network system.
            32428000 - Network upgrade.
            32430000 - Wide area network.
            32522000 - Telecommunications equipment.
            32524000 - Telecommunications system.
            32530000 - Satellite-related communications equipment.
            32531000 - Satellite communications equipment.
            32570000 - Communications equipment.
            32571000 - Communications infrastructure.
            32581000 - Data-communications equipment.
            32581100 - Data-transmission cable.
            45232300 - Construction and ancillary works for telephone and communication lines.
            45314000 - Installation of telecommunications equipment.
            48200000 - Networking, Internet and intranet software package.
            48219500 - Switch or router software package.
            50312300 - Maintenance and repair of data network equipment.
            50330000 - Maintenance services of telecommunications equipment.
            50332000 - Telecommunications-infrastructure maintenance services.
            51300000 - Installation services of communications equipment.
            64210000 - Telephone and data transmission services.
            64214400 - Communication landline rental.
            64221000 - Interconnection services.
            72224100 - System implementation planning services.
            72225000 - System quality assurance assessment and review services.
            72228000 - Hardware integration consultancy services.
            72246000 - Systems consultancy services.
            72253000 - Help-desk and support services.
            72253100 - Help-desk services.
            72253200 - Systems support services.
            72315000 - Data network management and support services.
            72315100 - Data network support services.
            72315200 - Data network management services.
            72318000 - Data transmission services.
            72720000 - Wide area network services.
            79710000 - Security services.
            32560000 - Fibre-optic materials.
            32561000 - Fibre-optic connections.
            32562000 - Optical-fibre cables.
            32562100 - Optical-fibre cables for information transmission.
            32562200 - Optical telecommunication cables.
            32562300 - Optical-fibre cables for data transmission.


      II.2.3) Place of performance
      Nuts code:
      UKE - YORKSHIRE AND THE HUMBER
   
      Main site or place of performance:
      YORKSHIRE AND THE HUMBER
             

      II.2.4) Description of the procurement: The procurement seeks to establish a Framework Agreement for the provision of telecommunications network services across a range of public sector organisations including Health, Local Government, Police, Fire & Rescue and Transport. The scope of which shall include the design, implementation (including migration and transition), provision and management of telecommunications network services

For the purposes of this procurement the "Yorkshire and Humber Region" means any location within the following Sustainability and Transformation Plans ("STP") Footprints as defined by NHS England (https://www.england.nhs.uk/stps/) as defined at the date of this Contract Notice:

•Humber, Coast and Vale;
•South Yorkshire and Bassetlaw;
•West Yorkshire and Harrogate; and
•Durham, Darlington, Teesside, Hambleton, Richmondshire and Whitby.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality and Legal / Weighting: 60%
                  
      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: Note that, in accordance with Government's policies on transparency, the Contracting Authority intends to publish the Invitation to Negotiate (ITN) documents, and the text of any Contract awarded (to include the Framework Agreement, and any subsequent Call-Off Agreements entered into thereunder), subject to possible redactions at the discretion of the Contracting Authority.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Competitive Dialogue


   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: HCON01295    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 09/05/2018

      V.2.2) Information about tenders
         Number of tenders received: 2
         Number of tenders received from SMEs: 0 (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: 2

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Redcentric Solutions Ltd, 0322856
             Central House, Beckwith Knowle, Harrogate, HG3 1UG, United Kingdom
             Tel. +44 1423850000, Email: hscn@redcentric.com
             Internet address: www.redcentric.com
             NUTS Code: UKE
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 120,000,000          
         Total value of the contract/lot: 120,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: Yes
                  Value or proportion likely to be subcontracted to third parties:
                  
                  
         Short description of the part of the contract to be subcontracted:
          Network connectivity services          
Section VI: Complementary information

   VI.3) Additional information: The Framework Agreement will be accessible for use by all Public Sector bodies including their Arm's Length Bodies and agencies; Non-Ministerial Department and Executive Agencies; and the Wider Public Sector (and any future successors to these organisations) located within, or providing services to individuals or other participating organisations located within the Yorkshire and Humber Region.

Entities which are not public sector bodies may also use the Framework Agreement on approval by the Contracting Authority.

The Framework Agreement will be novated following contract award, from NHS Digital to one of the public sector bodies listed above as being entitled to enter agreements pursuant to the Framework Agreement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=322767894

   VI.4) Procedures for review

      VI.4.1) Review body
          The Health and Social Care Infromation Centre
          1 Trevelyan Square, Boar Lane, Leeds, LS1 6AE, United Kingdom

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures:
The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of a contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales, and Northern Ireland). Any such action must generally be brought within 30 days. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

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

   VI.5) Date of dispatch of this notice: 29/05/2018