By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Supply and Delivery of Inorganic Chemicals.

Contract notice - utilities

Supplies

Directive 2004/17/EC

Section I: Contracting entity

I.1)Name, addresses and contact point(s)

Thames Water Utilities Limited
Procurement Support Centre - 3rd Floor East, C/O Mail Room, Rose Kiln Court
RG2 0BY Reading
UNITED KINGDOM
E-mail:

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Main activity
Water
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
Supply and Delivery of Inorganic Chemicals.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Whole of Thames Water region.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 4

Duration of the framework agreement

Duration in months: 60
II.1.5)Short description of the contract or purchase(s):
A selection of Chemicals to be delivered to clean and waste water treatment works to any Thames water plants within its region.
Thames Water currently uses a number of different product specifications on, but not limited to:
Ammonium Sulphate, Caustic Soda, Citric Acid, De-Ionised Water, Formic Acid, Hydrochloric Acid, Hydrogen Peroxide, Magnesium Sulphate, Nitric Acid, Pure Dried Vacuum Salt, Salt Pebbles - Aquasol, Sodium Bisulphite, Sodium Chlorite, Sodium Hypochlorite and Sulphuric Acid.
These chemicals are categorised by Thames Water as Inorganic Chemicals
The Inorganic Chemicals are required to be delivered in a verity of formats - including but not limited to,
Bulk - Chemicals delivered via a bulk road tanker.
Package - Pressurised containers, 500 to 1000 litres intermediate bulk containers along with small packaging ranging from 5 to 25 litres.
Intermediate bulk containers may be required to be delivered by a vehicle with off loading equipment
2 Lots are offered:
Lot 1 - Bulk,
Lot 2 - Package.
Thames Water reserves the right to issue multiple awards against each Lot, including by splitting either or both of the lots into clean and waste water, if considered desirable in view of the responses received. Thames Water reserves the right to enter into a contract or contracts for the provision of all or any number of lots.
Thames Water is looking to improve the overall cost effectiveness and operation of its waste and water process.
The Framework Agreement is intended to be for an initial 3 years with the option to be extended up to a maximum of a further 2 years.
II.1.6)Common procurement vocabulary (CPV)

24312220, 24311521, 24311411, 24413300, 24315300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Information to be provided in the invitation to negotiate.
II.2.2)Information about options
Options: yes
Description of these options: Thames Water envisages that any agreement awarded would be for an initial duration of 3 years, with options to extend annually up to a maximum overall term of 5 years.
Provisional timetable for recourse to these options:
in months: 60 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Bulk
1)Short description:
Bulk deliveries vis a road Tanker are to be made to clean and waste water treatment works to any Thames water plants within its region.
Bulk - Chemicals delivered via a bulk road tanker are currently
Ammonium Sulphate, Caustic Soda, Citric Acid, De-Ionised Water, Hydrochloric Acid, Hydrogen Peroxide, Magnesium Sulphate, Pure Dried Vacuum Salt, Sodium Bisulphite, Sodium Chlorite, Sodium Hypochlorite and Sulphuric Acid.
2)Common procurement vocabulary (CPV)

24312220, 24311521, 24311411, 24313300, 24315300

Lot No: 2 Lot title: Package
1)Short description:
Package Chemicals are to be delivered to clean and waste water treatment works to any Thames water plants within its region.
Package Chemicals are to be delivered in, pressurised containers, 500 to 1000 litres intermediate bulk containers along with small packaging ranging from 5 to 50 litres
Ammonium Sulphate, Caustic Soda, Citric Acid, De-Ionised Water, Formic Acid, Hydrochloric Acid, Hydrogen Peroxide, Magnesium Sulphate, Nitric Acid, Pure Dried Vacuum Salt, Salt Pebbles - Aquasol, Sodium Bisulphite, Sodium Chlorite, Sodium Hypochlorite and Sulphuric Acid.
Intermediate bulk containers may be required to be delivered by a vehicle with off loading equipment.
2)Common procurement vocabulary (CPV)

24312220, 24311521, 24311411, 24413300, 24315300

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Bonds and/or parent company guarantees of performance and financial standing may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Specified in Invitation to Negotiate document.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Consortia may be required to form a legal entity prior to any award.
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Specified in the Invitation to Negotiate.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As detailed in section VI.3).
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in section VI.3).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: As detailed in section VI.3).
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: yes
Additional information about electronic auction: Thames Water reserves the right to conduct an electronic auction, if it wishes to do so, as part of the award criteria for the particular contract/agreement.
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
1158.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: ..
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.4.2013 - 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: Between 3 - 5 years.
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:
Content and format of responses:
There is no application form available for completion. Applicants are required to respond directly to this Notice (thereafter referred to as PQQ). Responses to the PQQ should consist of a max of 20 pages (40 sides) of A4 paper.
The format for submitting responses by post or courier should be a USB memory stick or CD, in a format compatible with Microsoft Excel 2003. Hard copies and pdf copies of the PQQ will not be accepted.
Prospective bidders must answer all questions as accurately and concisely as possible in the same order as the questions are presented.
Requested accounting and reference materials may be attached as appendices. TWUL retains the right not to review any unrequested material.
Where a question is not relevant to a bidder's organisation, this must be indicated, with further explanation provided.
Supporting information must be presented in the same order as the questions and must reference the relevant question. All questions in this PQQ must be answered in English.
Failure of a bidder to provide the required information, make a satisfactory response to any question, or supply documentation referred to in its response to this PQQ or any clarification within the specified timescale may mean that the bidder will not be invited to participate further in this procurement process. Responses to this notice will not be returned.
1.2 Queries about the procurement process:
TWUL will not enter into discussion about its requirements in respect of this procurement exercise at this stage.
1.3 Bidder contact:
Bidders must include a single point of contact in their organisation for all communications regarding this PQQ, in section 2.2.
TWUL will only use this nominated contact. Therefore, bidders must notify TWUL of any change to these contact details as soon as possible.
1.4 Confidentiality:
TWUL is required to comply with regulation 41(2) of the Utilities Contract Regulations 2006.
1.5 Evaluation of the response:
1.5.1 TWUL will treat a bidder as ineligible and will not select a bidder if a bidder answers yes to question 2.5.1 of this PQQ confirming that circumstances specified in Regulation 26 of the Utilities Contract Regulations 2006 apply to that bidder (being an economic operator for the purposes of the Utilities Contract Regulations 2006) or if TWUL becomes aware at any stage during the procurement process that any of the circumstances specified in Regulation 26 apply to that Bidder.
1.5.2 Responses to this PQQ will be evaluated against selection criteria to select bidders to proceed to the next stage of this procurement process.
The selection criteria will be a combination of financial and non-financial factors and will include:
a) Economic and Financial Standing of the Bidder- the bidder must be in a sound financial position to participate in a procurement of this size.
b) Bidder Experience and Capability - the bidder must be able to demonstrate successful past performance of providing similar services for each lot it wishes to apply for.
1.5.3 TWUL may seek independent financial and market advice to validate information declared or to assist in the evaluation of PQQ responses.
Reference site visits or demonstrations and/or presentations are unlikely to be required at this stage (although TWUL reserves the right to require them).
Following evaluation, further assessment may be necessary before any indication can be given to bidders on whether they will proceed to the next stage.
1.6 Evaluation method and question weights.
1.6.1 This PQQ contains three types of questions:
a) Pass/fail questions: an unsatisfactory response leads to the exclusion of the bidder from the procurement process;
b) Weighted answer questions: the answers to these questions have an impact on the bidder's final score as determined by their weight; and
c) Questions for information only: the answers to these questions are not evaluated so as to impact the final score.
1.6.2 PQQ responses will be evaluated by TWUL following pre-defined scoring guidelines.
1.6.3 The PQQ questions set out in Section 2 are weighted as follows:
2.1 Organisation identity Pass/fail.
2.2 Single point of contact Pass/fail.
2.3 Lot selection Pass/fail.
2.4 Organisation and Management 5 %.
2.5 Compliance 15 %.
2.6 Financial and Economic Standing 20%
2.7 Delivery Capability & Expertise 50%
2.8 Health & Safety. Pass/Fail
2.9 Quality assurance 5%
2.1 Subcontractors, TUPE and Information sharing 5%
Pre-Qualification Questionnaire (PQQ)
Only the responses to the questions included in this document and additional information specifically requested will be evaluated.
In this PQQ "your organisation" means the economic operator (for the purposes of the Utilities Contract Regulations 2006) bidding for this contract or contracts.
Note: Where questions have been marked as Pass/Fail, data is required, once this data has been evaluated, it will be deemed a Pass or a Fail.
2.1 Organisation identity
2.1.1 Full legal name of the company in whose name the tender is being submitted:
2.1.2 Contact name:
2.1.3 Address of Registered office:
2.1.4 Telephone number:
2.1.5 Facsimile number:
2.1.6 E-mail address:
2.1.7 Company Registration number:
2.1.8 Date of Registration:
2.1.9 Registered address if different from the above (2.1.3):
2.1.10 VAT Registration number:
2.1.11 Website address (if any):
Note: All of the question in 2.1 are a Pass/Fail question
2.2 Single point of contact
2.2.1 Name:
2.2.2 Address:
2.2.3 Email:
2.2.4 Telephone:
2.2.5 Fax:
Note: All of the question in 2.2 are a Pass/Fail question
2.3 Lot selection
2.3.1 Please indicate which lots your company intends to participate in.
Note: this is a Pass/Fail question
2.4 Organisation & Management 5%
2.4.1 Organisation identity
Please specify the identity of your company (Sole Trader, Public Limited Company, Limited Company or Partnership)
Is your organisation a joint venture or consortium? (Yes/No)
If yes, please provide details of parent company interests in the JV.
Note: this is a Pass/Fail question
2.4.2 If your organisation is a company, is it a subsidiary of another company? (Yes/No)
If yes, please provide the name of the holding or parent company.
If yes, please provide the name of the ultimate parent company.
Note: this is a Pass/Fail question
2.4.3 Please list locations and the approximate number of staff at each location from where your organisation provides services similar to those required. For each location please indicate the breakdown of staff in terms of function within the business e.g. Production, planning, customer services, health & safety technical, quality management, training etc. 5%
2.4.4 Please provide a copy of your structure to include your organisation parent company and ultimate parent company (as relevant). Please confirm a copy has been enclosed (Yes/No)
Note: this is a Pass/Fail question
2.5 Compliance 15%
2.5.1 Compliance with Regulation 26 of the Utilities Contract Regulations 2006 (as amended)
"Do any of the circumstances set out in Regulation 26 of the Utilities Contracts Regulations 2006 apply to your organisation (Yes/No)
If yes, please provide details:
Note: this is a Pass/Fail question
TWUL will exclude an organisation from this contract process if circumstances as set out in Regulation 26 apply to that organisation."
We may seek evidence at a later date in order to verify your answer."
2.5.2 Outstanding court actions 5%
Are there any court actions, significant employment tribunal hearings and/or regulatory actions outstanding against your organisation or any company in your organisation's group (where relevant) in any country? (Yes/No)
If yes, please provide details (max. 100 words):
2.5.3 Recent court actions 5%
Has your organisation or any company in your organisation's group (where relevant) in any country been involved in any court action, significant employment tribunal and/or regulatory actions over the last 3 years? (Yes/No)
If yes, please provide details (max. 100 words):
2.5.4 Conflicts of interest
Please identify any potential conflict of interests between your organisation and/or its directors and TWUL (max. 100 words).
Note: this is a Pass/Fail question
TWUL reserves the right to exclude your organisation where there is an actual or potential conflict of interest
2.5.5 Data protection 5%
"Is your organisation registered (notified) under the Data Protection Act 1998, or if not, do you comply with it?
(Notified and complies/Not notified but complies/Not notified and does not comply)"
If Yes, please provide your registration number:
2.6 Financial and Economic Standing (20% for the complete section)
Please provide the following financial information. Note that we require the information for all organisations and sub-contractors that will be providing a substantial element of the services. However, for a sub-contractor we will not need information relating to its parent company. In addition to evaluating the responses to the questions below, we may use an independent organisation to assess your company's financial status and risk. If your organisation is a subsidiary within a corporate group, the following financial information is required for both your organisation and the ultimate parent company. If your organisation is selected to participate further in this procurement process, you are required to notify TWUL immediately of any adverse changes to your organisation's and it's ultimate parent company's (as relevant) financial situation occurring during the procurement process. Following receipt of such notification, TWUL will review the information provided against the selection criteria may determine that your organisation should be excluded from this procurementprocess.
2.6.1 Financial information
Please provide the most recently available financial information.
Income Statement Figures for Contracting Organisation (Please provide GBP for 2010 and 2011 individually)
-Turnover
-Profit After Tax
-Cash on Balance Sheet
-Total Current Liabilities
-Net Assets
-Consolidated Tangible Net Worth (CTNW)
-Set-out calculation of CTNW with page reference to financial statement
Balance sheet figures for Contracting Organisation (Please provide GBP for 2010 and 2011individually)
- Latest Net Assets
- Latest Intangible assets
- (Other adjustments)
- Latest CTNW
Income Statement Figures Guarantor (Please provide GBP for 2010 and 2011 individually)
-Turnover
-Profit After Tax
-Cash on Balance Sheet
-Total Current Liabilities
-Net Assets
-Consolidated Tangible Net Worth (CTNW)
-Set-out calculation of CTNW with page reference to financial statement
Balance sheet figures for Guarantor (Please provide GBP for 2010 and 2011individually)
- Latest Net Assets
- Latest Intangible assets
- (Other adjustments)
- Latest CTNW
Please provide further turnover breakdown information for Contracting company (Please provide for 2010 and 2011individually)
- Turnover (as above) (GBP)
- Turnover earned form Thames Water (GBP)
- Turnover earned from Thames Water %
- Turnover earned from largest customer (GBP)
- Turnover earned from largest customer %
- Turnover earned from top 5 largest customer (GBP)
- Turnover earned from top 5 largest customer %
- Turnover earned that highlights specific experience relevant to this scope (GBP) Please summarise why this turnover is relevant in highlighting specific experience
-Turnover earned that highlights specific experience relevant to this scope (%)
2.6.2 Turnover by top customers
Please provide details of your organisation's top five customers by turnover, showing the percentage each represents of the total turnover for the last financial year, and the contract expiry date. Organisations with a single customer representing a high percentage of their total turnover may be ineligible for selection
2.6.3 Liquidity
Does your organisation have access to undrawn committed bank facilities with a maturity greater than one year? (Yes/No)
If yes, size of facility (GBP)
If yes, please enclose a confirmation letter from your bank
Please explain whether there has been within the past 2 years or anticipated within the next year:
i) Any changes to your organisation's executive team?
ii) Any insolvency proceedings in respect of your organisation?
iii) Any financial restructuring, giving of additional security to lenders or factoring in respect of your organisation?
2.6.5 Material disputes
Please disclose (with details, including date and resolution) any pending or threatened material disputes or litigation involving your organisation over the past 5 years
2.6.6 Credit report
Please provide a credit report in respect of your organisation from either Moody's, S&P; or Fitch, or IF NOT AVAILABLE a credit rating report from Dunn and Bradstreet or specify and submit an alternative credit report and your reasons for not submitting a Dunn and Bradstreet report.
2.6.7 Additional supporting financial information
Please provide any additional financial information you wish to submit in support of your PQQ response.
2.6.8 References to support the scoring of section 2.6
Please attach to your submission the following documents:
A copy of the most recent audited accounts for your organisation covering the last two years of trading, or the period available if trading for less than two years.
A separate statement of the organisation's turnover which relates directly to the supply of the type of services covered by this procurement for the last two years of trading, or for the period that is available if trading for less than two years.
Details of any material changes in the business, corporate structure or financial standing of your organisation since the date of the last set of audited accounts or likely to take effect within the next twelve months.
A bank letter confirming access to liquidity, if applicable
A credit report
2.7 Delivery Capability & Expertise (50%)
2.7.1 Experience in supply & delivery of Inorganic Chemicals is required. Confirm the length of your relevant experience within the UK and other European States as this will provide an overview of your capability to supply this category. 10%
Note: If experience is limited only to a European State, please provide supporting evidence on how you would operate within the UK
2.7.2 Please state whether you are a manufacturer and/or distributor by product. If distributor please state your source of supply by product.
Note: This is a for information only
2.7.3 Confirm whether your transport is in-house or supplied through third-party logistics.
Note: This is a for information only
2.7.4 List delivery capability of your fleet, i.e. Bulk Tanker, IBC, Pressure bin, HIAB, Side Curtain etc. Please also list the inventory for each method of delivery vehicle and format. 10%
2.7.5 What tonnage (by product) do you supply to UK and or European States water and waste companies under each lot you are applying for.? 5%
Note: If supply is limited only to a European State, please provide supporting evidence on how you would supply within the UK
2.7.6 List your UK storage locations along with storage capacity by location (by relevant product). 5%
2.7.7 List your UK manufacturing locations (if applicable) and UK manufacturing capacity (by relevant product). 5%
2.7.8 List the European storage locations (if applicable) and European storage capacity (by relevant product) 5%
2.7.9 List the European manufacturing locations (if applicable) and European manufacturing capacity (by relevant product) 5%
2.7.10 Please describe your package returned policy detailing any packaging that can be reused, for packaging that is unable to be reused, please provide details on your recycling policy for the packaging 5%
2.8 Health & Safety.

Please contact to obtain TWUL's Health and Safety Questionnaire quoting the Project Ref (found). Health and Safety Questionnaires MUST be returned by the deadline specified in tab 1 paragraph IV.3.4 of this notice.

Failure to return the Health and Safety Questionnaire by this deadline may result in your organisation being disqualified from this procurement process.
Note: this is a Pass/Fail question
Answering 'NO' to any of the questions included in the Health & Safety Questionnaire may result in disqualification of your organisation from the process.
TWUL reserves the right to validate your organisation's PQQ Health and Safety Questionnaire responses at any time during this procurement process. Should your organisation's PQQ self-certification within
the Health and Safety Questionnaire prove to be incorrect upon validation by TWUL, then TWUL reserves the right to exclude that Bidder from this procurement process.
2.9 Quality assurance 5%
2.9.1 Certifications and industry association memberships
Please provide details of any quality assurance certification or industry association membership that your organisation holds, e.g. IS0 9000, BS25999 and other relevant standards. Note: this is a Pass/Fail question
Please attach a copy of any certificates referred to and state whether any of the certifications are suspended, pending or anticipated.
2.9.2 Quality assurance implementation
What procedures does your organisation have in place for identifying and recording non-compliant work and for subsequently implementing corrective and preventative actions (max. 100 words)?" 5%
2.9.3 Quality accreditation changes
Please advise whether the quality accreditation status of your organisation has changed over the past 3 years. (Yes/No)
If yes, please also explain why (max. 100 words).
Note: This is a for information only
2.9.4 Environment and sustainability
Please provide full details of your organisation's approach to environment and sustainability (max. 100 words). Please attach, if available, your organisation's written environment and sustainability policy statement as an appendix. Note: this is a Pass/Fail question
2.10 Subcontractors, TUPE and Information sharing 5%
2.10.1 Use of subcontractors
What is your organisation's approach to the utilisation of subcontractors, and what measures does it put in place to effectively manage its supply chain (max. 200 words)?
Please refer to situations e.g., where sub-contract opportunities arise, and subsidiaries or divisions within your company have the capability to carry out the work, or an unexpected hike in demand requires calling on additional resources. 5%
2.10.2 Risk management
Please provide details on how your organisation manages commercial and operational risk in its supply chain (max. 100 words). Note: this is a Pass/Fail question
2.10.3 Transfer of undertakings
Has your organisation previously been required to transfer staff under the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246)? (Yes/No)
Please provide details of a recent occurrence of such a staff transfer, and how the implications were dealt with by your organisation (max. 100 words).
Note: This is a for information only
General
Thames Water operates an ongoing risk management approach with regard to the economic and financial capacity of its suppliers. Information will be obtained either from the supplier or an externally recognized provider. Information will be gathered upon commencement of the process and over the duration of the contract period.
Respondents should note that this process might require references to be provided and verified, attendances at meetings, talks and presentations at no cost to Thames Water.
Thames Water Utilities Limited reserves the right to award no contract(s) as a result of this award procedure. Except for the framework agreement(s), if any, concluded with successful tenderer(s), nothing in the procurement process shall create a contract, whether express or implied, between Thames Water Utilities Limited and any applicant.
Any agreement resulting from this contract notice may be modified to include further similar requirements at any site under the management of Thames Water Utilities Limited or its associated companies.
This contract notice does not preclude Thames Water Utilities Limited or its associated companies from issuing other contract notices for specific requirements from time to time.
Thames Water Utilities Limited (including its employees and advisors) does not make any representations, warranties or other commitments, whether express or implied, in relation to the accuracy, adequacy or completeness of the information provided to applicants in this Contract Notice or otherwise in connection with this tender, except as may be specifically agreed in any contract concluded at the end of this tender process.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Thames Water Utilities Limited will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
The Utilities Contracts Regulations (SI 2006 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
21.3.2013