The Procurement Partnership Ltd: Highland Council and TPPL Hydrogen Generation And Fuelling Infrastructure DPS

  The Procurement Partnership Ltd is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Highland Council and TPPL Hydrogen Generation And Fuelling Infrastructure DPS
Notice type: Contract Notice
Authority: The Procurement Partnership Ltd
Nature of contract: Supplies
Procedure: Restricted
Short Description: The Council invites organisations to participate in a 60-month DPS across a number of categories for hydrogen generation and fuelling infrastructure. The DPS will be accessible by the Council and members of TPPL. The DPS may be used by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015 and the Public Contracts (Scotland) Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services.
Published: 08/09/2021 12:10
This opportunity is currently OPEN. To respond to the opportunity, please click Register Interest and follow the on-screen instructions.

View Full Notice

UK-Inverness: Hydrogen.
Section I: Contracting Authority
      I.1) Name and addresses
             The Highland Council
             Council Headquarters, Glenurquhart Road, Inverness, IV3 NX, United Kingdom
             Tel. +44 1954250517, Email: tenders@tppl.co.uk
             Main Address: http://www.highland.gov.uk/, Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
             NUTS Code: UKM6
      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
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Inverness:-Hydrogen./PTFT6NGY42
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/respond/PTFT6NGY42 to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Highland Council and TPPL Hydrogen Generation And Fuelling Infrastructure DPS       
      Reference Number: TPPLTHCHR01
      II.1.2) Main CPV Code:
      24111600 - Hydrogen.

      II.1.3) Type of contract: SUPPLIES
      II.1.4) Short description: The Council invites organisations to participate in a 60-month DPS across a number of categories for hydrogen generation and fuelling infrastructure. The DPS will be accessible by the Council and members of TPPL. The DPS may be used by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015 and the Public Contracts (Scotland) Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services.       
      II.1.5) Estimated total value:
      Value excluding VAT: 425,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Category 1: Hydrogen generation and fuelling infrastructure       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      24111600 - Hydrogen.
      34223360 - Refuelling trailers.
      63712600 - Vehicle refuelling services.
      09120000 - Gaseous fuels.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Hydrogen generation and fuelling infrastructure (both permanent and temporary) to include but not limited to; complete mobile refuelling vehicles and conversion to existing chassis, mini hydrogen dispensers, emergency back-up solutions, hydrogen generation, self-contained hydrogen refuelling units, on-site stored hydrogen containers with and without compressors to regenerate hydrogen supply and facilities to utilise hydrogen production by-products, hydrogen refuelling stations, and hydrogen production plants including regional hydrogen hubs. Infrastructure may be provided by suppliers on a ‘fully managed’ basis, i.e. the supplier provides the necessary infrastructure, production, storage, delivery, and supply on a full turnkey basis.

Applications to participate are welcomed from Suppliers that do not provide all of the supplies/services stated above. Estimated total value of contracts to be awarded under this Category during the 60-month period is £250,000,000.
      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: 250,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Category 2: Supply of Hydrogen (for vehicle fuelling)       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      24111600 - Hydrogen.
      09120000 - Gaseous fuels.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Ongoing supply of Hydrogen to include but not limited to; Grey, Blue, and Green hydrogen, and also hydrogen produced from nuclear (Pink) sources. Hydrogen may be supplied using mobile refuelling vehicles, refilling of on-site stored hydrogen containers, and charged supply of hydrogen to the end buying customer as a method of recovering the cost invested in the infrastructure.

Applications to participate are welcomed from Suppliers that do not provide all of the supplies/services stated above. Estimated total value of contracts to be awarded under this Category during the 60-month period is £50,000,000.
      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: 50,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Category 3: Electric vehicle charging infrastructure       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      31158000 - Chargers.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Electric vehicle charging infrastructure for specialist and heavy goods vehicles, this may also include charging infrastructure for any other vehicle and body type required. Contracts may include site surveys, installation, ongoing support/maintenance (of the charging points and associated equipment), site safety works (e.g. markings, signage, equipment), technical consultancy/guidance, dynamic load management, provision of emergency back-up solutions, and behind the meter production and storage options. EV charging infrastructure may be provided by suppliers on a ‘fully managed’ basis, i.e. the supplier provides the necessary infrastructure on a full turnkey basis.

Applications to participate are welcomed from Suppliers that do not provide all of the supplies/services stated above. Estimated total value of contracts to be awarded under this Category during the 60-month period is £75,000,000.
      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: 75,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.       
II.2) Description Lot No. 4
      
      II.2.1) Title: Category 4: Recycling and repurposing of electric vehicle batteries       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      31440000 - Batteries.
      IA25-1 - Refurbishment
      DA37-2 - Recycling
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Recycling, and/or repurposing of electric vehicle batteries to include (but not limited to) all sizes and types of electric vehicle batteries. Recycling to include the disposal, disassembly, and recycling of precious metals, and other elements. Repurposing of batteries, to include any necessary refurbishment, for use in a variety of applications. Examples include energy storage (both domestic and commercial), mobile power units, storage to store energy at renewable production facilities (e.g. solar arrays), and emergency power storage (e.g. for use after natural disasters)

Applications to participate are welcomed from Suppliers that do not provide all of the supplies/services stated above. Estimated total value of contracts to be awarded under this Category during the 60-month period is £20,000,000 .
      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: 20,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.       
II.2) Description Lot No. 5
      
      II.2.1) Title: Category 5: Supply of Hydrogen (for domestic and commercial purposes)       
      Lot No: 5       
      II.2.2) Additional CPV codes:
      24111600 - Hydrogen.
      DA16-9 - Non-domestic
      DA15-6 - Domestic
      KA01-2 - For district heating
      FG04-1 - For heating
      09120000 - Gaseous fuels.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Ongoing supply of hydrogen to include but not limited to; Grey, Blue, and Green hydrogen, hydrogen produced from nuclear (Pink) sources, and hydrogen blended with natural gas. Hydrogen may be supplied into a closed/private network or grid, by using mobile refuelling vehicles, refilling of on-site stored hydrogen containers, and by any other means appropriate. Category may also include supply and installation of necessary infrastructure required to facilitate the supply of hydrogen to the network/grid.

Applications to participate are welcomed from Suppliers that do not provide all of the supplies/services stated above. Estimated total value of contracts to be awarded under this Category during the 60-month period is £30,000,000 .
      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: 30,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 60       
      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:
       Not provided
      Objective criteria for choosing the limited number of candidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.       


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:
      4B.5: It is a requirement of the proposed DPS that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = £5,000,000 GBP
Public Liability Insurance = £5,000,000 GBP
Professional Risk Indemnity Insurance = £1,000,000 GBP
Product Liability Insurance = £5,000,000 GBP

http://www.hse.gov.uk/pubns/hse40.pdf

4B.6: It is a requirement of the DPS that Bidders commit to having their, and if relevant, their parent company’s, economic and financial standing reviewed. Bidders understand that the Council intends to conduct credit-checks and that the Council reserves the right at its own discretion to seek such other information from the Bidder in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant’s economic and financial standing.

The review of economic and financial standing will be completed prior to any award of a position on the DPS to ensure Suppliers have sufficient standing to meet the requirements envisaged by contracts awarded under this DPS. The Council and other Contracting Authorities that may access the DPS reserve the right to carry out further financial investigations and request information in addition to what is listed in this DPS guidance document prior to any contract award.

A lack of sufficient economic and financial standing might be evidenced in a variety of ways, examples include, but are not limited to, an inability to provide accounts (audited and unqualified or not), poor credit rating, losses, and a poor cash/credit position.

Further investigations could include, but are not limited to, obtaining; further financial accounts, documents from the bidding entity, any subsidiary companies and parent(s) as appropriate, and/or bank references.

If following further investigation in the Council’s opinion, the Supplier has a demonstrable risk of business failure and lacks sufficient economic and financial standing to meet the requirements of the DPS the Council reserves the right not to award the Supplier a position on the DPS.    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability
      List and brief description of selection criteria:       
      4C.1.2 Bidders will be required to provide a minimum of two examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice.

The examples (or justification for not providing any) must demonstrate technical capability and be relevant to the nature of this DPS and the Categories your organisation is seeking to participate in. Additionally, the named contacts provided should be able to provide written evidence to confirm the accuracy of the information provided by your organisation. the Council and other Contracting Authorities accessing the DPS reserve the right to request such confirmation of references for provisionally successful Suppliers prior award of any contract. When named contacts contend or contradict statements made regarding reference contracts this may constitute a misrepresentation by your organisation.

A single sentence for the description of the contract(s) is unlikely to be judged as suitable evidence of technical and professional ability.

4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

4C.12 Bidders may be required prior to award of any contract via the proposed DPS to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products/services meet the technical specifications or standards specified by the Contract Authority. As a minimum this will be compliance with all industry related ISO/BS standards, relevant safety standards, codes of conduct, and membership of any relevant trade bodies (e.g. UK Hydrogen and Fuel Cell Association).

If this cannot be provided, bidders will likely be required during a further competition to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation).

4D.1 The bidder must have the following:

a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance.

c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce.

d. Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understand    
      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.2.2) 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 RESTRICTED
      IV.1.1) Type of procedure: Restricted   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO        
         The procurement involves the setting up of a dynamic purchasing system       
         The dynamic purchasing system might be used by additional purchasers           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 08/10/2021 Time: 12:00
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      

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 Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The DPS may be used by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015 and the Public Contracts (Scotland) Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services. Please see the following websites for further details:

http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
http://www.cosla.gov.uk/councils
http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf
http://www.firescotland.gov.uk/your-area.aspx
https://www.scot.nhs.uk/organisations/
http://www.scotland.police.uk/
http://www.scottishambulance.com/TheService/organised.aspx
https://www.gov.uk/government/organisations/department-for-education
https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
http://www.schoolswebdirectory.co.uk/localauthorities.php
https://www.gov.uk/find-school-in-england
https://education.gov.scot/parentzone/find-a-school/
https://gov.wales/address-list-schools
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.wales.nhs.uk/nhswalesaboutus/structure
https://aace.org.uk/uk-ambulance-service/
http://online.hscni.net/hospitals/health-and-social-care-trusts/
https://www.gov.uk/government/organisations
http://www.northernireland.gov.uk/gov.htm
http://www.nidirect.gov.uk/local-councils-in-northern-ireland
https://www.communities-ni.gov.uk/contact
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
https://www.police.uk/pu/contact-the-police/uk-police-forces/
http://www.psni.police.uk/index.htm
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
http://www.fireservice.co.uk/information/ukfrs
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
http://www.oscr.org.uk/
http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
https://gov.wales/registered-social-landlords
https://www.nidirect.gov.uk/contacts/housing-associations
https://www.gov.uk/government/organisations/national-probation-service/about#divisional-areas
https://communityleisureuk.org/members/

The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Inverness:-Hydrogen./PTFT6NGY42

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PTFT6NGY42
   VI.4) Procedures for review
   VI.4.1) Review body:
             The Sheriff Court
       Royal Court of Justice, Inverness Justice Centre, Longman Road, Inverness, IV2 3EG, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             N/A
          N/A, 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 lodging of appeals may be obtained:
          N/A
       N/A, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 08/09/2021

Annex A


View any Notice Addenda

View Award Notice