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

LPP/2014/004-Framework Agreement for Building and Engineering Maintenance Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Guy's and St Thomas' NHS Foundation Trust (as host of the NHS London Procurement Partnership)
London Procurement Partnership, Estates and Facilities, Ground Floor, 200 Great Dover Street
For the attention of: Mr Stephen Clarke
SE1 4YB London
UNITED KINGDOM
Telephone: +44 2071887188
E-mail:

Internet address(es):

General address of the contracting authority: www.lppsourcing.org

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Health
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
LPP/2014/004-Framework Agreement for Building and Engineering Maintenance Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services

NUTS code UKI

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
Number of participants to the framework agreement envisaged: 10

Duration of the framework agreement

Duration in years: 2

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 50 000 000 and 100 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
To establish a National Framework Agreement, regionally awarded, for the provision of Specialist Engineering Maintenance Services with an additional option for suppliers to provide a Fully Managed Building and Engineering Maintenance Service.
This framework will be let by the contracting authority and can be utilised by NHS Trusts, NHS Foundation Trusts (including PFI healthcare buildings and facilities), NHS Collaborative Procurement Organisations, Clinical Commissioning Groups, NHS England and NHS Property Services Ltd.
The framework duration will be 2 years with the option to extend by up to 24 months, using two twelve month blocks (2 x 12 months).
This framework will enable participating organisations to conduct further (mini) competitions with selected service providers as and when their organisation's requirement arises. The framework will be divided into Lots to cover specific areas of Maintenance Services. The lots have been separated into two categories:
1. Maintenance Service Lots.
2. Geographic Regions.
This categorisation will allow suppliers the flexibility to tender for specific maintenance services in selected areas of geographic coverage.
1. Maintenance Service Lots.
The Maintenance Services are given in the Lots listed below. Providers will submit tenders based on their experience and capabilities in the individual Lots, and on the regions to be covered. It is envisaged that providers will submit their tenders in the following combinations:
A Tender for only one Maintenance Service Lot (a single Lot within Lots 1 through to 14),
A Tender for multiple Maintenance Service Lots (a combination within Lots 1 through to 14),
A Tender for all the Maintenance Service options (Lots 1 through to 14).
Providers are at liberty to tender for any or all of the Lots in each region. During their decision-making process, providers should consider the following points:
- Their expertise in carrying out any / all of the listed Maintenance Service Lots,
- The geographic areas they can cover,
- As explained in this Notice (and the Memorandum of Information), further (mini) competitions may be carried out at the regional level, after the contract award. These further (mini) competitions are dependant on the specific requirements of the Trusts and other framework users within the regions, and therefore may be for any number of the Lots,
- For clarification please note that providers can only be selected for any further (mini) competitions based on the specific lots that they have tendered for and consequently been awarded. For example, a provider tendering for Lot 1 only will not be eligible to participate in any further (mini) competitions for Lots 2 through to 14.
The maintenance service lots to be tendered for are:
Lot 1 - Fully Managed Building and Engineering Maintenance Service.
Lot 2 - Cooling and Refrigeration - Chillers, Condensers, Split A/C's.
Lot 3 - Air Handling Units, Filters, Ventilation and Extraction.
Lot 4 - Lifts, Escalators and Conveyance Systems.
Lot 5 - Patient Hoists.
Lot 6 - Water Systems - Servicing, Legionella Testing, Thermostatic mixing valves, Water Hygiene and associated plant.
Lot 7 - Fire Systems - Fire alarm systems, Smoke/Heat detection Systems, Sprinkler Systems, Extinguishers, Hose Reels.
Lot 8 - Boilers and associated plant.
Lot 9 - Building Management Systems and Automatic Control Systems.
Lot 10 - Security, Access Control, Intruder and CCTV systems.
Lot 11 - UPS and Generators.
Lot 12 v Portable Appliance Testing (PAT), Fixed Wire Testing.
Lot 13 - Automatic Doors.
Lot 14 - Medical gas pipeline and equipment maintenance.
For clarification please note that the services in Lots 1 - 14 include the planned preventative maintenance, fully comprehensive maintenance and the reactive and repair maintenance aspects of these services.
In tendering for Lot 1 - Fully Managed Building Engineering Maintenance Service; providers will need to ensure that they can provide all of the services covered by Lots 2-14 either directly or through the engagement of sub-contractors.
2. Geographic Regions
The scope of this framework is the NHS Trusts across NHS England. The areas and Trusts covered by NHS England, has been used to define the Geographic Lots:
- London (Region A),
- North England (Region B),
- Midlands and East of England (Region C),
- South of England (Region D).

The NHS England website can be accessed via: www.england.nhs.uk

By accessing the website, providers may determine the geographic coverage of each region, (as covered as at the date of publication of this Notice), and conclude on which Regional Lot(s) they wish to tender for.
A Memorandum of Information will be issued with the Pre-Qualification Questionnaire giving more details on the scope of this agreement.
II.1.6)Common procurement vocabulary (CPV)

50800000, 50000000, 50700000, 44221200, 50532300, 50711000, 50610000, 50324100, 50531100, 50413200, 50500000, 50531500, 50531400, 50740000, 50750000, 42520000, 42514310, 50730000, 42500000, 45300000, 45331230, 45331220, 45331200, 45313100, 42416400, 51511100, 76600000, 45252130, 45312100, 35111500, 45331110, 51610000, 45231110, 45310000, 50710000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: London (Region A)
1)Short description
Lot 1 - Fully Managed Building and Engineering Maintenance Service.
Lot 2 - Cooling and Refrigeration - Chillers, Condensers, Split A/C's.
Lot 3 - Air Handling Units, Filters, Ventilation and Extraction.
Lot 4 - Lifts, Escalators and Conveyance Systems.
Lot 5 - Patient Hoists.
Lot 6 - Water Systems - Servicing, Legionella Testing, Thermostatic mixing valves, Water Hygiene and associated plant.
Lot 7 - Fire Systems - Fire alarm systems, Smoke/Heat detection Systems, Sprinkler Systems, Extinguishers, Hose Reels.
Lot 8 - Boilers and associated plant.
Lot 9 - Building Management Systems and Automatic Control Systems.
Lot 10 - Security, Access Control, Intruder and CCTV systems.
Lot 11 - UPS and Generators.
Lot 12 - Portable Appliance Testing (PAT), Fixed Wire Testing.
Lot 13 - Automatic Doors.
Lot 14 - Medical gas pipeline and equipment maintenance.
Common Procurement Vocabulary (CPV):
50000000, 50800000, 50700000, 50710000, 44221200, 50711000, 50532300, 50610000, 50324100, 50531100, 50413200, 50500000, 50531500, 50531400, 50740000, 50750000, 42520000, 42514310, 50730000, 42500000, 45300000, 45331230, 45331220, 45331200, 45331200, 45313100, 42416400, 51511100, 76600000, 45252130, 45312100, 35111500, 50413200, 45331110, 51610000, 50532300,45310000, 44221200, 45231110.
The framework conditions will be set out in the Invitation To Tender. It is the intention to include certain contractual provisions regarding a management charge, which may be applied to purchases made under the framework awarded. Further details will be made available via the framework documentation and information released during the course of the tender process.
The deadline for submitting your response(s) is 12:00 hours on 1.12.2014. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
2)Common procurement vocabulary (CPV)

50000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: North England (Region B)
1)Short description
Lot 1 - Fully Managed Building and Engineering Maintenance Service.
Lot 2 - Cooling and Refrigeration - Chillers, Condensers, Split A/C's.
Lot 3 - Air Handling Units, Filters, Ventilation and Extraction.
Lot 4 - Lifts, Escalators and Conveyance Systems.
Lot 5 - Patient Hoists.
Lot 6 - Water Systems - Servicing, Legionella Testing, Thermostatic mixing valves, Water Hygiene and associated plant.
Lot 7 - Fire Systems - Fire alarm systems, Smoke/Heat detection Systems, Sprinkler Systems, Extinguishers, Hose Reels.
Lot 8 - Boilers and associated plant.
Lot 9 - Building Management Systems and Automatic Control Systems.
Lot 10 - Security, Access Control, Intruder and CCTV systems.
Lot 11 - UPS and Generators.
Lot 12 - Portable Appliance Testing (PAT), Fixed Wire Testing.
Lot 13 - Automatic Doors.
Lot 14 - Medical gas pipeline and equipment maintenance.
Common Procurement Vocabulary (CPV):
50000000, 50800000, 50700000, 50710000, 44221200, 50711000, 50532300, 50610000, 50324100, 50531100, 50413200, 50500000, 50531500, 50531400, 50740000, 50750000, 42520000, 42514310, 50730000, 42500000, 45300000, 45331230, 45331220, 45331200, 45331200, 45313100, 42416400, 51511100, 76600000, 45252130, 45312100, 35111500, 50413200, 45331110, 51610000, 50532300,45310000, 44221200, 45231110.
The framework conditions will be set out in the Invitation To Tender. It is the intention to include certain contractual provisions regarding a management charge, which may be applied to purchases made under the framework awarded. Further details will be made available via the framework documentation and information released during the course of the tender process.
The deadline for submitting your response(s) is 12:00 hours on 1.12.2014. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
2)Common procurement vocabulary (CPV)

50000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Midlands and East of England (Region C)
1)Short description
Lot 1 - Fully Managed Building and Engineering Maintenance Service.
Lot 2 - Cooling and Refrigeration - Chillers, Condensers, Split A/C's.
Lot 3 - Air Handling Units, Filters, Ventilation and Extraction.
Lot 4 - Lifts, Escalators and Conveyance Systems.
Lot 5 - Patient Hoists.
Lot 6 - Water Systems - Servicing, Legionella Testing, Thermostatic mixing valves, Water Hygiene and associated plant.
Lot 7 - Fire Systems - Fire alarm systems, Smoke/Heat detection Systems, Sprinkler Systems, Extinguishers, Hose Reels.
Lot 8 - Boilers and associated plant.
Lot 9 - Building Management Systems and Automatic Control Systems.
Lot 10 - Security, Access Control, Intruder and CCTV systems.
Lot 11 - UPS and Generators.
Lot 12 - Portable Appliance Testing (PAT), Fixed Wire Testing.
Lot 13 - Automatic Doors.
Lot 14 - Medical gas pipeline and equipment maintenance.
Common Procurement Vocabulary (CPV):
50000000, 50800000, 50700000, 50710000, 44221200, 50711000, 50532300, 50610000, 50324100, 50531100, 50413200, 50500000, 50531500, 50531400, 50740000, 50750000, 42520000, 42514310, 50730000, 42500000, 45300000, 45331230, 45331220, 45331200, 45331200, 45313100, 42416400, 51511100, 76600000, 45252130, 45312100, 35111500, 50413200, 45331110, 51610000, 50532300,45310000, 44221200, 45231110.
The framework conditions will be set out in the Invitation To Tender. It is the intention to include certain contractual provisions regarding a management charge, which may be applied to purchases made under the framework awarded. Further details will be made available via the framework documentation and information released during the course of the tender process.
The deadline for submitting your response(s) is 12:00 hours on 1.12.2014. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
2)Common procurement vocabulary (CPV)

50000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: South of England (Region D)
1)Short description
Lot 1 - Fully Managed Building and Engineering Maintenance Service.
Lot 2 - Cooling and Refrigeration - Chillers, Condensers, Split A/C's.
Lot 3 - Air Handling Units, Filters, Ventilation and Extraction.
Lot 4 - Lifts, Escalators and Conveyance Systems.
Lot 5 - Patient Hoists.
Lot 6 - Water Systems - Servicing, Legionella Testing, Thermostatic mixing valves, Water Hygiene and associated plant.
Lot 7 - Fire Systems - Fire alarm systems, Smoke/Heat detection Systems, Sprinkler Systems, Extinguishers, Hose Reels.
Lot 8 - Boilers and associated plant.
Lot 9 - Building Management Systems & Automatic Control Systems.
Lot 10 - Security, Access Control, Intruder and CCTV systems.
Lot 11 - UPS and Generators.
Lot 12 - Portable Appliance Testing (PAT), Fixed Wire Testing.
Lot 13 - Automatic Doors.
Lot 14 - Medical gas pipeline and equipment maintenance.
Common Procurement Vocabulary (CPV):
50000000, 50800000, 50700000, 50710000, 44221200, 50711000, 50532300, 50610000, 50324100, 50531100, 50413200, 50500000, 50531500, 50531400, 50740000, 50750000, 42520000, 42514310, 50730000, 42500000, 45300000, 45331230, 45331220, 45331200, 45331200, 45313100, 42416400, 51511100, 76600000, 45252130, 45312100, 35111500, 50413200, 45331110, 51610000, 50532300,45310000, 44221200, 45231110
The framework conditions will be set out in the Invitation To Tender. It is the intention to include certain contractual provisions regarding a management charge, which may be applied to purchases made under the framework awarded. Further details will be made available via the framework documentation and information released during the course of the tender process.
The deadline for submitting your response(s) is 12:00 hours on 1.12.2014. Please ensure that you allow yourself plenty of time when responding to this invite prior to the closing date and time, especially if you have been asked to upload documents.
2)Common procurement vocabulary (CPV)

50000000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company or other guarantees may be required in certain circumstances. See the Invitation to Tender for further details.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but, if a contract is awarded to a consortium of economic operators, the members of that consortium may be required to form a legal entity before entering into the Framework Agreement and may be required to provide parent or directors' guarantees or, if not required to form a legal entity, members of a consortium may be required to accept joint and several liability both to the Contracting Authority under the Framework Agreement and to other contracting authorities awarding contracts under the Framework Agreement.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: All suppliers must ensure that they read and understand all documentation published on Due North and the requirements set out in the supporting Invitation to Tender documentation.
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: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(b) a list of the principal deliveries effected or the main services provided in the past 3 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capabilities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, and indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contracts;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract.
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: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 10
Objective criteria for choosing the limited number of candidates: Successful expressions of interest will be selected in accordance with the document attached to the on-line PQQ document. Mandatory Pass/Fail Questions will apply. Expressions of Interest must be submitted by completion and return of the on-line PQQ document by the specified closing date and time as stated in this advert.

To do this Suppliers must register at the LPP Sourcing Portal operated by Due North, URL: www.lppsourcing.org and complete the on-line PQQ to express their interest in this procurement. Submission of expressions of interest by any other means will not be accepted. If you experience any difficulties please contact the Due North sourcing Helpdesk on +44 8452930459 or email:

Suppliers are required to register with the Supplier Intelligence Database (sid4Gov) at https://sid4gov.cabinetoffice.gov.uk

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
LPP/2014/004
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
1.12.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
16.12.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The contract is for the benefit of other participating NHS bodies (whether acting individually, or on behalf of, or together as members of any consortia) along with any other non-NHS bodies which the participants deem necessary for the delivery of services or goods to NHS bodies, local authorities, other government departments or non-departmental public bodies charged with the delivery of healthcare or health related services.
Contracts awarded under a framework agreement may be awarded either:
a) by application of the terms laid down in the framework agreement without reopening competition, or b) where not all the required terms of the proposed contracts are laid down in the framework agreement, by reopening competition between the economic operators which are parties to this framework agreement and which are capable of performing the proposed contract. Reopening of competition will be done in accordance with the procedure set out in Directive 2004/18/EC, Article 32.
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, and the contract will be awarded on the basis of the most economically advantageous tender.
LPP has adopted Constructionline, the UK government certification service for construction-related contractors,consultants and material suppliers to reduce the administrative burden on suppliers wishing to apply for this opportunity.
If you are already registered with Constructionline, you will not need to complete our full PQQ - simply supply your Constructionline membership number and complete the LPP specific questions of the PQQ.

Please ensure you log-in to your Constructionline profile and confirm the information they hold on your company is accurate and that you are registered for the correct work categories that you would like to bid for. You must do this no later than 3 days prior to the closing date of this notice to ensure any changes can be made to your information prior to the closing date of this notice. Please contact Andy Preston on +44 7584703352 or for assistance.

Applications not registered with Constructionline are encouraged to do so as this will simplify the pre-qualification process. To register in relation to this contract notice please contact Tom Jackson on +44 7712391082 or

You will need to start the registration process as soon as possible and ensure that you achieve a fully registered status 3 days prior to the closing date of this notice.
Suppliers not registered with Constructionline will not be precluded from expressing an interest in this contract notice but will need to demonstrate that they meet the pre-qualification requirements, through the completion of a full questionnaire.

You are also required to register with the Supplier Intelligence Database (sid4Gov) at https://sid4gov.cabinetoffice.gov.uk

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Guy's and St Thomas' NHS Foundation Trust (as host of the London Procurement Partnership)
Great Maze Pond
SE1 9RT London
Telephone: +44 2071887188
Internet address: www.guysandstthomas.nhs.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the contracting authority as soon as possible after the decision is made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts Regulations 2006 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract to be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Guy's and St Thomas' NHS Foundation Trust (as host of the London Procurement Partnership)
Guy's Hospital Great Maze Pond London SE1 9RT, St Thomas' Hospital Westminster Bridge Road London SE17EH
SE1 9RT London
UNITED KINGDOM
E-mail:
Telephone: +44 2071887188

VI.5)Date of dispatch of this notice:
30.10.2014