Efficiency East Midlands Ltd is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Housing Refurbishment Partnership Contract 2015-2020 |
Notice type: | Contract Notice |
Authority: | Efficiency East Midlands Ltd |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Ashfield District Council is a Local Authority serving the District of Ashfield, in Nottinghamshire. There are approximately 52,000 homes within Ashfield of which approximately 6856 were Council owned as at 1st April 2014. This contract aims to maintain the Authority’s housing stock to the Government’s Decent Homes Standard as a minimum, for the duration of the contract, through the timely replacement of building elements. This will involve replacement of single or multiple building elements simultaneously, which may include works to groups of properties in close proximity (same streets or estates), as well as to single disparate properties across the district. The contract will also include scope for a small degree of reactive replacement works in addition to planned programmes of work. The works may include a small degree of repair work, or part element replacement (including design) where deemed advantageous. For the avoidance of doubt, the Contract will include for supply and installation of materials necessary for the relevant works, including design works where relevant. It is proposed that the above works and services will be delivered under a partnering contract.The Contracting Authority is seeking a suitably experienced and qualified organisation to work as a strategic partner with the Contracting Authority, its consultants and other relevant partners in order to deliver the whole of the works as required by the Contracting Authority under the contract.See section VI.3 for additional information. |
Published: | 20/10/2014 13:05 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Ashfield District Council
Urban Road, Kirkby in Ashfield, Nottingham, NG17 8DA, United Kingdom
Tel. +44 1623729946, Email: eem@efficiency-em.co.uk, URL: www.ashfield-dc.gov.uk
Contact: Efficiency East Midlands Ltd, Attn: Rebecca Dermody
Electronic Submission URL: www.delta-esourcing.com
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 agency/office
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Housing Refurbishment Partnership Contract 2015-2020
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS
Design and Execution
Region Codes: UKF15 - North Nottinghamshire
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Refurbishment work. Asbestos-removal work. Structural works. Building alteration work. Installation of fitted kitchens. Bathrooms construction work. Engineering design services for mechanical and electrical installations for buildings. Heating works. District heating. Heating, ventilation and air-conditioning installation work. Central-heating installation work. Gas-fitting installation work. Boiler installations. Plumbing and sanitary works. Commissioning of heating installations. Electrical wiring and fitting work. Ventilation installation work. Solar installation. Roof-covering work. Solar panel roof-covering work. Flashing and guttering work. Roof insulation work. Plastering work. Joinery and carpentry installation work. Wall-tiling work. Floor-covering work. Repainting work. Insulation work. Installation of doors and windows and related components. Facade work. Fencing, railing and safety equipment installation work. Environmental improvement works. Ashfield District Council is a Local Authority serving the District of Ashfield, in Nottinghamshire. There are approximately 52,000 homes within Ashfield of which approximately 6856 were Council owned as at 1st April 2014. This contract aims to maintain the Authority’s housing stock to the Government’s Decent Homes Standard as a minimum, for the duration of the contract, through the timely replacement of building elements. This will involve replacement of single or multiple building elements simultaneously, which may include works to groups of properties in close proximity (same streets or estates), as well as to single disparate properties across the district. The contract will also include scope for a small degree of reactive replacement works in addition to planned programmes of work. The works may include a small degree of repair work, or part element replacement (including design) where deemed advantageous. For the avoidance of doubt, the Contract will include for supply and installation of materials necessary for the relevant works, including design works where relevant. It is proposed that the above works and services will be delivered under a partnering contract.The Contracting Authority is seeking a suitably experienced and qualified organisation to work as a strategic partner with the Contracting Authority, its consultants and other relevant partners in order to deliver the whole of the works as required by the Contracting Authority under the contract.See section VI.3 for additional information.
II.1.6)Common Procurement Vocabulary:
45453100 - Refurbishment work.
45262660 - Asbestos-removal work.
45223200 - Structural works.
45262700 - Building alteration work.
45421151 - Installation of fitted kitchens.
45211310 - Bathrooms construction work.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
45232141 - Heating works.
09323000 - District heating.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45333000 - Gas-fitting installation work.
42160000 - Boiler installations.
45330000 - Plumbing and sanitary works.
50721000 - Commissioning of heating installations.
45311000 - Electrical wiring and fitting work.
45331210 - Ventilation installation work.
09332000 - Solar installation.
45261210 - Roof-covering work.
45261215 - Solar panel roof-covering work.
45261300 - Flashing and guttering work.
45261410 - Roof insulation work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45431200 - Wall-tiling work.
45432130 - Floor-covering work.
45442180 - Repainting work.
45320000 - Insulation work.
45421100 - Installation of doors and windows and related components.
45443000 - Facade work.
45340000 - Fencing, railing and safety equipment installation work.
45262640 - Environmental improvement works.
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: No
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:
Not Provided
Estimated value excluding VAT:
Range between: 25,000,000 and 38,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: The contract will be for an initial period from award of contract until March 2017, with an option to extend for a further 36 months (maximum), extended at 12 monthly intervals at the Authority’s sole discretion.
If known, Provisional timetable for recourse to these options:
Duration in months: 12 (from the award of the contract)
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
Number of possible renewals: 3
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Details of the deposits, guarantees or bonds required by the Contracting Authority will be set out in the Contract Documents
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The terms concerning financing and payment will be set out in the Contract Documents
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions:Yes
If Yes, description of particular conditions:
Service Providers will be required to demonstrate that all employees are appropriately trained, qualified and, where required, registered with the appropriate accreditation body. Under the Contract to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice, the successful economic operator appointed and its supply chain will be required to actively participate in the achievement of social objectives relating to participation in skills, development, employment and training programmes in the localities within which the works and services are to be delivered (including programmes of targeted recruitment and training) in accordance with the employment and skills strategy documentation contained in the Invitation to Tender which will be issued, and to provide other value added contributions in order to support community programmes promoted by the Contracting Authority. Accordingly, contract performance conditions will be included in the Contract to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice and may relate in particular to secondary considerations in accordance with Regulation 339 of the Public Contract Regulations 2006.
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC. The questionnaire and a preliminary information pack are available from the correspondence address in Section I.1 above and the questionnaire must be returned to the address in Section I.1 by the date stipulated in Section IV.3.4.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
Information and formalities necessary for evaluating if requirements are met:
Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC. The questionnaire and a preliminary information pack are available from the correspondence address in Section I.1 above and the questionnaire must be returned to the address in Section I.1 by the date stipulated in Section IV.3.4.
III.2.3)Technical capacity
Technical capacity - means of proof required
Information and formalities necessary for evaluating if requirements are met:
Applicants will be required to complete a pre-qualification questionnaire consistent with the provisions of Directive 2004/18/EC. The questionnaire and a preliminary information pack are available from the correspondence address in Section I.1 above and the questionnaire must be returned to the address in Section I.1 by the date stipulated in Section IV.3.4.
III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 5 and maximum number: 6
Objective Criteria for choosing the limited number of candidates:
The scoring mechanism included within the Pre Qualification Questionnaire will determine those to be invited to tender.
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: G00450
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Date: 25/11/2014
Time-limit for receipt of requests for documents or for accessing documents: 12:00
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 26/11/2014
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
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 reserves the right not to award a contract or award a contract or contracts for part of the project only. The Contracting Authority intends to include a clause in the contract which will allow it to become involved, in conjunction with the chosen contractor, in the selection of suppliers during the contract period for use during the Contract. The contract will predominantly involve the repair, replacement and provision of a number of key building elements (including relevant design and ancillary works) including:-•Kitchen replacement/alteration works•Bathroom replacement/alteration works•Central heating Boilers and/or central heating System replacement (including renewable technology)•Electrical Installation repair and replacement (including electrical equipment, fittings and ancillaries).•Window replacement.•External door replacement.•Roof covering replacement (including soffit, fascia, gutter and downpipe replacement, and associated works)External render installation/replacement •External/Internal wall insulation installation/replacement•Re-pointing to external walls•Asbestos testing and removal works•Loft Insulation•Environmental works (including boundary walls, paving, fencing and associated groundworks).The scope of the contract may also include the repair, replacement and provision of other building works (including relevant design and ancillary works) as deemed necessary, including but not limited to:-•Communal areas/facilities repair and refurbishment (including communal doors, flooring, staircases, balcony walkways, redecoration, curtain walling and door entry/CCTV systems)•Communal Central Heating Boilers and/or Communal Central heating System replacement (including renewable technology)•Communal Electrical Installation Replacement including electrical equipment, fittings and ancillaries•Structural repairs/stability works to properties of traditional and non-traditional construction•Carbon Saving related works including SPV and other renewable technologies•Building/Property alterations and conversions•Other building related repair/improvement works.There is no guarantee as to the quantity of any of the works mentioned above, and the Contracting Authority reserves the right to omit building elements or amend the planned quantities at its discretion. The Authority’s agent, Ashfield Homes Limited (AHL), is a member of Efficiency East Midlands Limited (EEM) Procurement consortium, and it is anticipated that AHL will utilise its involvement with EEM (or future involvement with any other consortia) to purchase materials, and/or works and services where considered advantageous, which will be allowed for in the Partnering Documents, but which may also require the Partnering documents (and partnering approach) to be amended to reflect, and engage with, the procurement practices associated with such consortia. Organisations expressing interest and receiving PQQ documents should be aware that TUPE legislation may apply to the arrangements which are being advertised by this Contract Notice. The Contracting Authority expresses no view or opinion about whether TUPE legislation will or will not apply and all organisations expressing interest in response to publication of this Contract Notice and selected to be invited to tender must take their own legal and other relevant advice at all stages.The Contracting Authority and it s agent, AHL, promote the concept and the ethos of the ‘Living Wage’ (or its member state equivalent where relevant), whereby all workers should, as a minimum, be paid at a level which enables them to achieve an acceptable standard of living. Whilst this is not a prerequisite or mandatory requirement for organisations that work on the behalf of the Contracting Authority or its agent, the Contracting Authority would anticipate that tendering organisations would share its commitment to this principle, and organisations expressing interest should expect the tender documents to reflect the Contracting Authority’s aspirations in this regard.The contract may include conditions relating to environmental and social requirements of the Contracting Authority. Contract conditions will be detailed in the Invitation to Tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Nottingham:-Refurbishment-work./NZ78K9KX35
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/NZ78K9KX35
GO-20141020-PRO-6101731 TKR-20141020-PRO-6101730
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.4.2)Lodging of appeals: The Contracting Authority will incorporate a minimum ten calendar day standstill period at the point information on the award of the Contract to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice is communicated to tenderers. The Public Contracts Regulations 2006 (SI 2006/05 (as amended)) provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court (England, Wales and Northern Ireland). Generally, any such action must be brought within thirty days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the contract has not been entered into the court may order the setting aside of the Award Decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the Contract to be “ineffective”.
VI.4.3)Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
Correspondance Team, Cabinet Office, Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
VI.5) Date Of Dispatch Of This Notice: 20/10/2014
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
Title: UK-Nottingham: Refurbishment work.
I.1)Name, Addresses and Contact Point(s):
Ashfield District Council
Urban Road, Kirkby in Ashfield, Nottingham, NG17 8DA, United Kingdom
Tel. +44 1623729946, Email: eem@efficiency-em.co.uk, URL: www.ashfield-dc.gov.uk
Contact: Efficiency East Midlands Ltd, Attn: Rebecca Dermody
Electronic Submission URL: www.delta-esourcing.com
I.2)Type of the contracting authority:
Regional or local agency/office
I.3) Main activity:
Housing and community amenities
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Housing Refurbishment Partnership Contract 2015-2020
II.1.2)Type of contract and location of works:
WORKS
Design and Execution
Region Codes: UKF15 - North Nottinghamshire
II.1.3)Information about a framework or a dynamic purchasing system:
Not Provided
II.1.4)Short description of the contract or purchase(s):
Refurbishment work. Asbestos-removal work. Structural works. Building alteration work. Installation of fitted kitchens. Bathrooms construction work. Engineering design services for mechanical and electrical installations for buildings. Heating works. District heating. Heating, ventilation and air-conditioning installation work. Central-heating installation work. Gas-fitting installation work. Boiler installations. Plumbing and sanitary works. Commissioning of heating installations. Electrical wiring and fitting work. Ventilation installation work. Solar installation. Roof-covering work. Solar panel roof-covering work. Flashing and guttering work. Roof insulation work. Plastering work. Joinery and carpentry installation work. Wall-tiling work. Floor-covering work. Repainting work. Insulation work. Installation of doors and windows and related components. Facade work. Fencing, railing and safety equipment installation work. Environmental improvement works. Ashfield District Council is a Local Authority serving the District of Ashfield, in Nottinghamshire. There are approximately 52,000 homes within Ashfield of which approximately 6856 were Council owned as at 1st April 2014. This contract aims to maintain the Authority’s housing stock to the Government’s Decent Homes Standard as a minimum, for the duration of the contract, through the timely replacement of building elements. This will involve replacement of single or multiple building elements simultaneously, which may include works to groups of properties in close proximity (same streets or estates), as well as to single disparate properties across the district. The contract will also include scope for a small degree of reactive replacement works in addition to planned programmes of work. The works may include a small degree of repair work, or part element replacement (including design) where deemed advantageous. For the avoidance of doubt, the Contract will include for supply and installation of materials necessary for the relevant works, including design works where relevant. It is proposed that the above works and services will be delivered under a partnering contract.The Contracting Authority is seeking a suitably experienced and qualified organisation to work as a strategic partner with the Contracting Authority, its consultants and other relevant partners in order to deliver the whole of the works as required by the Contracting Authority under the contract.See section VI.3 for additional information.
II.1.5)Common procurement vocabulary:
45453100 - Refurbishment work.
45262660 - Asbestos-removal work.
45223200 - Structural works.
45262700 - Building alteration work.
45421151 - Installation of fitted kitchens.
45211310 - Bathrooms construction work.
71321000 - Engineering design services for mechanical and electrical installations for buildings.
45232141 - Heating works.
09323000 - District heating.
45331000 - Heating, ventilation and air-conditioning installation work.
45331100 - Central-heating installation work.
45333000 - Gas-fitting installation work.
42160000 - Boiler installations.
45330000 - Plumbing and sanitary works.
50721000 - Commissioning of heating installations.
45311000 - Electrical wiring and fitting work.
45331210 - Ventilation installation work.
09332000 - Solar installation.
45261210 - Roof-covering work.
45261215 - Solar panel roof-covering work.
45261300 - Flashing and guttering work.
45261410 - Roof insulation work.
45410000 - Plastering work.
45420000 - Joinery and carpentry installation work.
45431200 - Wall-tiling work.
45432130 - Floor-covering work.
45442180 - Repainting work.
45320000 - Insulation work.
45421100 - Installation of doors and windows and related components.
45443000 - Facade work.
45340000 - Fencing, railing and safety equipment installation work.
45262640 - Environmental improvement works.
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: 29,608,553.91
Currency: GBP
Excluding VAT: Yes
Section IV: Procedure
IV.1) Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.2)Award Criteria
IV.2.1)Award criteria: The most economically advantageous tender in terms of:
Criteria - Weighting
Price - 40
Quality - 60
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: G00450
IV.3.2)Previous publication(s) concerning the same contract: Yes
Contract notice
Notice number in OJ: 2014/S 204 - 360750 of 20/10/2014
Section V: Award Of Contract
1: Award And Contract Value
Contract No: Not Provided
V.1)Date Of Contract Award: 22/05/2015
V.2) Information About Offers
Number Of Offers Received: 5
Number Of Offers Received By Electronic Means: 5
V.3)Name And Address Of Economic Operator To Whom The Contract Has Been Awarded:
Official name: J.Tomlinson Limited
Postal address: Scimitar House,, 100 Lilac Grove,, Beeston
Town: Nottingham
Postal code: NG9 1PF
Country: United Kingdom
Email: enquiries@jtomlinson.co.uk
Telephone: +44 8448118707
Internet address: www.jtomlinson.co.uk
V.4)Information On Value Of Contract
Total final value of the contract
Value: 29,608,553.91
Currency: GBP
If annual or monthly value:
Number of months: 60
V.5)Information about subcontracting:
The contract is likely to be subcontracted: Not Provided
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 reserves the right not to award a contract or award a contract or contracts for part of the project only. The Contracting Authority intends to include a clause in the contract which will allow it to become involved, in conjunction with the chosen contractor, in the selection of suppliers during the contract period for use during the Contract. The contract will predominantly involve the repair, replacement and provision of a number of key building elements (including relevant design and ancillary works) including:-•Kitchen replacement/alteration works•Bathroom replacement/alteration works•Central heating Boilers and/or central heating System replacement (including renewable technology)•Electrical Installation repair and replacement (including electrical equipment, fittings and ancillaries).•Window replacement.•External door replacement.•Roof covering replacement (including soffit, fascia, gutter and downpipe replacement, and associated works)External render installation/replacement •External/Internal wall insulation installation/replacement•Re-pointing to external walls•Asbestos testing and removal works•Loft Insulation•Environmental works (including boundary walls, paving, fencing and associated groundworks).The scope of the contract may also include the repair, replacement and provision of other building works (including relevant design and ancillary works) as deemed necessary, including but not limited to:-•Communal areas/facilities repair and refurbishment (including communal doors, flooring, staircases, balcony walkways, redecoration, curtain walling and door entry/CCTV systems)•Communal Central Heating Boilers and/or Communal Central heating System replacement (including renewable technology)•Communal Electrical Installation Replacement including electrical equipment, fittings and ancillaries•Structural repairs/stability works to properties of traditional and non-traditional construction•Carbon Saving related works including SPV and other renewable technologies•Building/Property alterations and conversions•Other building related repair/improvement works.There is no guarantee as to the quantity of any of the works mentioned above, and the Contracting Authority reserves the right to omit building elements or amend the planned quantities at its discretion. The Authority’s agent, Ashfield Homes Limited (AHL), is a member of Efficiency East Midlands Limited (EEM) Procurement consortium, and it is anticipated that AHL will utilise its involvement with EEM (or future involvement with any other consortia) to purchase materials, and/or works and services where considered advantageous, which will be allowed for in the Partnering Documents, but which may also require the Partnering documents (and partnering approach) to be amended to reflect, and engage with, the procurement practices associated with such consortia. Organisations expressing interest and receiving PQQ documents should be aware that TUPE legislation may apply to the arrangements which are being advertised by this Contract Notice. The Contracting Authority expresses no view or opinion about whether TUPE legislation will or will not apply and all organisations expressing interest in response to publication of this Contract Notice and selected to be invited to tender must take their own legal and other relevant advice at all stages.The Contracting Authority and it s agent, AHL, promote the concept and the ethos of the ‘Living Wage’ (or its member state equivalent where relevant), whereby all workers should, as a minimum, be paid at a level which enables them to achieve an acceptable standard of living. Whilst this is not a prerequisite or mandatory requirement for organisations that work on the behalf of the Contracting Authority or its agent, the Contracting Authority would anticipate that tendering organisations would share its commitment to this principle, and organisations expressing interest should expect the tender documents to reflect the Contracting Authority’s aspirations in this regard.The contract may include conditions relating to environmental and social requirements of the Contracting Authority. Contract conditions will be detailed in the Invitation to Tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=149508510
GO-2015630-PRO-6736618 TKR-2015630-PRO-6736617
VI.3.1)Body responsible for appeal procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
Body responsible for mediation procedures:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079476000
VI.3.2)Lodging of appeals: The Contracting Authority will incorporate a minimum ten calendar day standstill period at the point information on the award of the Contract to be awarded at conclusion of the procurement exercise begun by publication of this Contract Notice is communicated to tenderers. The Public Contracts Regulations 2006 (SI 2006/05 (as amended)) provides for aggrieved parties who have been harmed or at risk of harm by breach of those regulations to take action in the High Court (England, Wales and Northern Ireland). Generally, any such action must be brought within thirty days from the date the aggrieved party knew or ought to have known about the alleged breach. Where the contract has not been entered into the court may order the setting aside of the Award Decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the court may only award damages or where the award procedures have not been followed correctly may in certain circumstances declare the Contract to be “ineffective”.
VI.3.3)Service from which information about the lodging of appeals may be obtained:
The Cabinet Office
Correspondance Team, Cabinet Office, Whitehall, London, SW1A 2AS, United Kingdom
Tel. +44 2072761234
VI.4)Date Of Dispatch Of This Notice: 30/06/2015