Ex Employees: H&S Audit Framework

  Ex Employees is using Delta eSourcing to run this tender exercise

Notice Summary
Title: H&S Audit Framework
Notice type: Contract Notice
Authority: Ex Employees
Nature of contract: Services
Procedure: Open
Short Description: Peabody is seeking to set up a framework with a panel of auditors to complete health and safety audits across the business. This framework will consist of two Lots. Lot 1 is Health and Safety audits and Lot 2 is CDM site inspections
Published: 08/10/2020 13:07
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-London: Auditing services.
Section I: Contracting Authority
      I.1) Name and addresses
             Peabody Trust
             Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
             Tel. +44 2038284233, Email: reena.nijjar@peabody.org.uk
             Main Address: https://www.peabody.org.uk/
             NUTS Code: UKI
      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: https://www.delta-esourcing.com/tenders/UK-UK-London:-Auditing-services./YH56A45G3W
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent 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
            Body governed by public law
      I.5) Main activity
            Housing and community amenities

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: H&S Audit Framework       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79212000 - Auditing services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Peabody is seeking to set up a framework with a panel of auditors to complete health and safety audits across the business. This framework will consist of two Lots. Lot 1 is Health and Safety audits and Lot 2 is CDM site inspections       
      II.1.5) Estimated total value:
      Value excluding VAT: 480,000       
      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: Health and Safety Audits       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79212000 - Auditing services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: We are seeking a Provider(s) who has extensive experience in the health and safety sector with an established reputation for being a reliable and knowledgeable Health and Safety Auditor. The Provider must be able to demonstrate they have experience of conducting health and safety audits within a social housing setting.
      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: 360,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contracting authority reserves the right to extend the framework by a period, or periods, totalling no more than twelve months, at its absolute discretion.
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/8AT869H88C       
II.2) Description Lot No. 2
      
      II.2.1) Title: CDM Site Inspections       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      71315400 - Building-inspection services.
      
      II.2.3) Place of performance:
      UKI LONDON
      
      II.2.4) Description of procurement: We are seeking a Provider(s) to complete unannounced CDM site inspections on behalf of Peabody to report on the condition of the site, arrangements for managing higher risk activities as well as compliance with risk assessments and method statements.
      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       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       Yes             
      Description of options: The contracting authority reserves the right to extend the framework by a period, or periods, totalling no more than twelve months, at its absolute discretion.
      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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/YH56A45G3W       


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

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement    
         Framework agreement with 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: 12/11/2020 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: Not Provided      
      IV.2.7) Conditions for opening of tenders:
         Date: 12/11/2020
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-London:-Auditing-services./YH56A45G3W

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/YH56A45G3W
   VI.4) Procedures for review
   VI.4.1) Review body:
             Peabody Trust
       Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
       Tel. +44 2038284233
   VI.4.2) Body responsible for mediation procedures:
             Peabody
          Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
          Tel. +44 2038284233
   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:
          Peabody Trust
       Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
       Tel. +44 2038284233
   VI.5) Date Of Dispatch Of This Notice: 08/10/2020

Annex A


View any Notice Addenda

View Award Notice

UK-London: Auditing services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Peabody Trust
       Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
       Tel. +44 2038284233, Email: jack.ashcroft1@peabody.org.uk
       Main Address: https://www.peabody.org.uk/
       NUTS Code: UKI

   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:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: H&S Audit Framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79212000 - Auditing services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Peabody is seeking to set up a framework with a panel of auditors to complete health and safety audits across the business. This framework will consist of two Lots. Lot 1 is Health and Safety audits and Lot 2 is CDM site inspections

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 480,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Health and Safety Audits   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79212000 - Auditing services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: We are seeking a Provider(s) who has extensive experience in the health and safety sector with an established reputation for being a reliable and knowledgeable Health and Safety Auditor. The Provider must be able to demonstrate they have experience of conducting health and safety audits within a social housing setting.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contracting authority reserves the right to extend the framework by a period, or periods, totalling no more than twelve months, at its absolute discretion.

      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:CDM Site Inspections   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71315400 - Building-inspection services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: We are seeking a Provider(s) to complete unannounced CDM site inspections on behalf of Peabody to report on the condition of the site, arrangements for managing higher risk activities as well as compliance with risk assessments and method statements.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contracting authority reserves the right to extend the framework by a period, or periods, totalling no more than twelve months, at its absolute discretion.

      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: Yes       
      

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

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: 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: 1    
   Title: Health & Safety Audit Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 6 (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: Yes
         
         Contractor (No.1)
             System Concepts Limited, 02055814
             72 Acton Street, London, WC1X 9NB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Pennington Choices Limited, 03945920
             Brookfield House Tarporley Road, Warrington, WA4 4EA, United Kingdom
             NUTS Code: UKD61
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Tetra Tech Limited, 1959704
             3 Sovereign Square, Leeds, LS1 4ER, United Kingdom
             NUTS Code: UKE42
            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: 360,000          
         Total value of the contract/lot: 360,000
         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: 2    
   Title: CDM Site Inspections

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 17 (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: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Rider Levett Bucknall Limited, 05594095
             One Eleven, Edmund Street, Birmingham, B3 2HJ, United Kingdom
             NUTS Code: UKG31
            The contractor is an SME: Yes
         
         Contractor (No.2)
             WSP UK Limited, 01383511
             Wsp House, 70 Chancery Lane, London, WC2A 1AF, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Ingleton Wood LLP, OC306572
             10-12 Alie Street, London, E1 8DE, United Kingdom
             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: 120,000          
         Total value of the contract/lot: 120,000
         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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=577938909

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court
          London, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          High Court
          London, United Kingdom

      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
          High Court
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 28/04/2021




UK-London: Auditing services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Peabody Trust
       Minster Court, 45-47 Westminster Bridge Road, London, SE1 7JB, United Kingdom
       Tel. +44 2038284233, Email: jack.ashcroft1@peabody.org.uk
       Main Address: https://www.peabody.org.uk/
       NUTS Code: UKI

   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:
      Body governed by public law

   I.5) Main activity:
      Housing and community amenities

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: H&S Audit Framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79212000 - Auditing services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Peabody sought to set up a framework with a panel of auditors to complete health and safety audits across the business. This framework consists of two Lots. Lot 1 is Health and Safety audits and Lot 2 is CDM site inspections

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 480,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Health and Safety Audits   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79212000 - Auditing services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: We sought Providers who had extensive experience in the health and safety sector with an established reputation for being a reliable and knowledgeable Health and Safety Auditor. The Providers were able to demonstrate they had experience of conducting health and safety audits within a social housing setting.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contracting authority reserves the right to extend the framework by a period, or periods, totalling no more than twelve months, at its absolute discretion.

      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:CDM Site Inspections   
      Lot No:2

      II.2.2) Additional CPV code(s):
            71315400 - Building-inspection services.


      II.2.3) Place of performance
      Nuts code:
      UKI - LONDON
   
      Main site or place of performance:
      LONDON
             

      II.2.4) Description of the procurement: We sought Providers to complete unannounced CDM site inspections on behalf of Peabody to report on the condition of the site, arrangements for managing higher risk activities as well as compliance with risk assessments and method statements.

      II.2.5) Award criteria:
       Not Provided

      II.2.11) Information about options
         Options: Yes
         Description of these options:The contracting authority reserves the right to extend the framework by a period, or periods, totalling no more than twelve months, at its absolute discretion.

      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
       Notice number in the OJEU: 2020/S 199-483827
      
   

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

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: 1    
   Title: Health & Safety Audit Services

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 8
         Number of tenders received from SMEs: 6 (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: Yes
         
         Contractor (No.1)
             System Concepts Limited, 02055814
             72 Acton Street, London, WC1X 9NB, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Pennington Choices Limited, 03945920
             Brookfield House Tarporley Road, Warrington, WA4 4EA, United Kingdom
             NUTS Code: UKD61
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Tetra Tech Limited, 1959704
             3 Sovereign Square, Leeds, LS1 4ER, United Kingdom
             NUTS Code: UKE42
            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: 360,000          
         Total value of the contract/lot: 360,000
         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: 2    
   Title: CDM Site Inspections

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 06/01/2021

      V.2.2) Information about tenders
         Number of tenders received: 20
         Number of tenders received from SMEs: 17 (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: 20

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Rider Levett Bucknall Limited, 05594095
             One Eleven, Edmund Street, Birmingham, B3 2HJ, United Kingdom
             NUTS Code: UKG31
            The contractor is an SME: Yes
         
         Contractor (No.2)
             WSP UK Limited, 01383511
             Wsp House, 70 Chancery Lane, London, WC2A 1AF, United Kingdom
             NUTS Code: UKI
            The contractor is an SME: No
         
         Contractor (No.3)
             Ingleton Wood LLP, OC306572
             10-12 Alie Street, London, E1 8DE, United Kingdom
             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: 120,000          
         Total value of the contract/lot: 120,000
         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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=590281861

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court
          London, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          High Court
          London, United Kingdom

      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
          High Court
          London, United Kingdom

   VI.5) Date of dispatch of this notice: 29/04/2021