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

Framework for the provision of building maintenance services.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

The County Council of the City and County of Cardiff
Procurement & Supplies, Bessemer Close
For the attention of: Beverley Davies
CF11 8XH Cardiff
UNITED KINGDOM
Telephone: +44 2920873736
E-mail:
Fax: +44 2920377605

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

Specifications and additional documents (including documents for competitive dialogue and 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)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Framework for the provision of building maintenance services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: Within the geographical boundaries of the City & County of Cardiff.

NUTS code UKL22

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: Up to 5 per lot

Duration of the framework agreement

Duration in months: 48

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

Estimated value excluding VAT: 102 800 000 GBP
II.1.5)Short description of the contract or purchase(s)
The property portfolio of the County Council of the City and County of Cardiff (the "Council”) can be broken down into 2 property types: domestic and non domestic. The domestic portfolio comprises a mixture of social housing (approximately 13 500 properties in number) and other properties. The non domestic portfolio comprises a range of properties, from school buildings and civic buildings, to operational buildings, parks, depots and office accommodation across the city (approximately 800 properties in number).
Description and structure of the framework agreement:
The Council is proposing to let a framework agreement for the provision of building maintenance services to both its domestic and non domestic property portfolio. The framework agreement is to be divided into 5 lots:
Lot 1 - domestic general building works.
The domestic general building lot will include, but not be limited to the following:
Asbestos removal / disposal.
Asbestos assessment.
PVCu windows / doors fabrication & installation.
Window / door manufacture & installation.
Locksmiths.
Damp-proofing / specialist treatment.
Fitted furniture & kitchen contractors.
Flooring.
Glazing.
Insulation.
Internal refurbishment packages.
Jobbing repairs.
Carpentry & joinery services.
Masonry & bricklaying.
Minor repairs / redecorations to vacant dwellings.
Painting & decorating.
Partitions / interior fitting out.
Plastering / tiling / interior finishing.
Pointing specialists.
Suspended ceilings.
Wall tie replacement services.
Window / door repair & maintenance.
Noise insulation.
Cleaning specialists (eg restoring stonework).
Curtain walling / cladding.
Roofing & cladding.
Scaffolding.
Metal fabrication services.
Specialist welding / structural work repairs services.
Other works & buildings.
Group repair scheme contractors.
Other building services.
General alterations.
Textured coatings services.
Waterproofing services.
Drainage (cleaning / clearing, repairing, moving manholes etc.
Fencing.
Concrete and paving.
Environmental cleaning.
Grounds maintenance clearance.
Demolition & clearance.
Screening / security of voids.
Lot 2 - non domestic general building works.
The non domestic general building lot will include, but not be limited to the following:
Category description.
Asbestos removal / disposal.
Asbestos assessment.
Pvcu windows / doors fabrication & installation.
Window / door manufacture & installation.
Locksmiths.
Damp-proofing / specialist treatment.
Fitted furniture & kitchen contractors.
Flooring.
Glazing.
Insulation.
Internal refurbishment packages.
Jobbing repairs.
Carpentry & joinery services.
Masonry & bricklaying.
Minor repairs / redecorations to vacant dwellings.
Painting & decorating.
Partitions / interior fitting out.
Plastering / tiling / interior finishing.
Pointing specialists.
Suspended ceilings.
Wall tie replacement services.
Window / door repair & maintenance.
Noise insulation.
Cleaning specialists (eg restoring stonework).
Curtain walling / cladding.
Roofing & cladding.
Scaffolding.
Metal fabrication services.
Specialist welding / structural work repairs services.
Other works & buildings.
General alterations.
Other building services.
Textured coating services.
Group repair scheme contractors.
Waterproofing services.
Drainage (cleaning / clearing, repairing, moving manholes etc.
Fencing.
Concrete and paving.
Environmental cleaning.
Grounds maintenance clearance.
Demolition & clearance.
Screening / security of voids.
Lot 3 - domestic mechanical & electrical works.
The domestic mechanical and electrical lot will include, but not be limited to the following:
Category description.
Communal tv aerial maintenance.
Shutter / sliding door contractors.
Fire extinguisher installation & maintenance.
Air conditioning installation & maintenance.
Boiler installation & maintenance.
Electrician services.
Gas fired central heating installation.
Gas fired central heating maintenance.
Heating, ventilation & flue lining services.
Landlord lighting maintenance.
Lift & escalator installation & maintenance.
Assessment & treatment of legionella.
Mechanical building services & engineering.
Plumbing installation contractors.
Testing services (pat testing / electrical testing / dry-riser testing).
Electrical engineering & lightning protection.
Cctv (buildings & grounds) installation & maintenance.
Door entry system installation.
Door entry system maintenance.
Security, fire, emergency lighting, communication, control system contractors.
Warden call systems installation & maintenance.
Domestic rewiring.
Sprinkler / fire hose (inc fire extinguisher maintenance etc).
Solar panels installation & maintenance.
Lot 4 - non domestic mechanical & electrical works.
The non domestic mechanical and electrical lot will include, but not be limited to the following:
Category description.
Communal tv aerial maintenance.
Shutter / sliding door contractors.
Fire extinguisher installation & maintenance.
Air conditioning installation & maintenance.
Boiler installation & maintenance.
Electrician services.
Gas fired central heating installation.
Gas fired central heating maintenance.
Heating, ventilation & flue lining services.
Landlord lighting maintenance.
Lift & escalator installation & maintenance.
Assessment & treatment of legionella.
Mechanical building services & engineering.
Plumbing installation contractors.
Testing services (pat testing / electrical testing / dry-riser testing).
Electrical engineering & lightning protection.
Cctv (buildings & grounds) installation & maintenance.
Door entry system installation.
Door entry system maintenance.
Security, fire, emergency lighting, communication, control system contractors.
Warden call systems installation & maintenance.
Sprinkler / fire hose (inc fire extinguisher maintenance etc).
Solar panels installation & maintenance.
Lot 5 - domestic disabled adaptations works.
The domestic disabled adaptations lot will include, but not be limited to the following:
Asbestos removal / disposal.
Asbestos assessment.
Pvcu windows / doors fabrication & installation.
Window / door manufacture & installation.
Locksmiths.
Damp-proofing / specialist treatment.
Fitted furniture & kitchen contractors.
Flooring.
Glazing.
Insulation.
Internal refurbishment packages.
Jobbing repairs.
Carpentry & joinery services.
Masonry & bricklaying.
Minor repairs / redecorations to vacant dwellings.
Painting & decorating.
Partitions / interior fitting out.
Plastering / tiling / interior finishing.
Pointing specialists.
Suspended ceilings.
Wall tie replacement services.
Window / door repair & maintenance.
Noise insulation.
Cleaning specialists (eg restoring stonework).
Curtain walling / cladding.
Roofing & cladding.
Scaffolding.
Metal fabrication services.
Specialist welding / structural work repairs services.
Other works & buildings.
Group repair scheme contractors.
Other building services.
General alterations.
Textured coatings services.
Waterproofing services.
Drainage (cleaning / clearing, repairing, moving manholes etc.
Fencing.
Concrete and paving.
Environmental cleaning.
Grounds maintenance clearance.
Demolition & clearance.
Screening / security of voids.
Specific information regarding lot 5 - domestic disabled adaptations works:
Housing Resources and Assisted Living (HRAL) are a division of the Council responsible for making funding available towards the installation of adaptations (disabled facilities) to cross tenure properties and repairs to privately owned properties where the applicant is able to prove to the Council that they meet the prevailing criteria. The Council has a statutory duty to determine applications for grant assistance to provide such adaptations or repairs in accordance with the Housing Grants, Construction and Regeneration Act 1996 and the Regulatory Reform Order 2002. The works primarily involve the adaptation or repairs of domestic properties as a result of the approval of a Disabled Facilities Grant, Repairs Grant or any Discretionary Grant awarded to the applicant. To support this area HRAL operate a "grant agency service" that provides a professional, technical and administrative service to the clients (service users). Put simply, the Council provides a service whereby the service users can appoint the Council to administer the grant on the service user’s behalf whilst working closely with the Community Occupational Therapy Service to ensure that the service users' needs are fully met.
II.1.6)Common procurement vocabulary (CPV)

42961100, 45110000, 45210000, 45211000, 45211100, 45211310, 45260000, 45261000, 45261200, 45261215, 45261220, 45261300, 45261400, 45261410, 45261420, 45261900, 45262000, 45262100, 45262200, 45262300, 45262320, 45262330, 45262340, 45262360, 45262400, 45262500, 45262510, 45262600, 45262610, 45262620, 45262640, 45262650, 45262660, 45262680, 45262700, 45262800, 45310000, 45311000, 45312000, 45312310, 45312320, 45313000, 45315000, 45315100, 45316100, 45317000, 45320000, 45321000, 45323000, 45324000, 45330000, 45331000, 45331100, 45331110, 45331230, 45331200, 45332000, 45333000, 45342000, 45343000, 45343100, 45343200, 45343230, 45350000, 45400000, 45410000, 45420000, 45421000, 45421100, 45421110, 45421130, 45421140, 45421141, 45421142, 45421146, 45421147, 45421148, 45421150, 45421151, 45421152, 45421153, 45421160, 45422000, 45430000, 45431000, 45432000, 45432100, 45432200, 45440000, 45441000, 45442000, 45442100, 45442180, 45442190, 45442200, 45442300, 45443000, 45450000, 45451000, 45451100, 45451200, 45452000, 45453000, 45453100, 45454000, 45454100, 50610000, 50700000, 50710000, 50711000, 50712000, 50720000, 50721000, 50730000, 50740000, 50750000, 50760000, 71630000, 77314000, 71600000, 90650000, 92222000, 98395000, 77300000, 77200000, 77312000, 77313000, 77340000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
The estimated value over the maximum term of 4 years is 102 800 000 GBP excluding VAT. However this figure is indicative.
There will be 5 lots:
Lot 1 - domestic general building (estimated annual value 11 000 000 GBP).
Lot 2 - non domestic general building (estimated annual value 5 000 000 GBP).
Lot 3 - domestic mechanical & electrical (estimated annual value 2 700 000 GBP).
Lot 4 - non domestic mechanical & electrical (estimated annual value 3 000 000 GBP).
Lot 5 - disabled adaptations (estimated annual value 4 000 000 GBP).
Further indicative activity information is set out within the tender documentation.
Estimated value excluding VAT: 102 800 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
The awarding authority reserves the right to request a bond, parent guarantee and / or other guarantees of financial liability both at award of the framework agreement and during the term of the framework agreement.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As set out in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
None specified, save that in the case of a partnership or consortia or other grouping of more than one legal entity, one party must act as "prime contractor" / "lead contractor". Consortia must be legally constituted prior to contract award or establish joint and severable liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As outlined in the contract and 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: As set out in the tender documentation.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As set out in the tender documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As set out in the tender documents.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

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 8 per lot: and maximum number 12 per lot
Objective criteria for choosing the limited number of candidates: The minimum number of operators to be invited to tender for each individual lot (1 to 5) will be 8.
The maximum number of operators to be invited to tender for each individual lot (1 to 5) will be 12.
The criteria used for selecting the limited number of candidates to tender for each lot is detailed in the pre qualification questionnaire ("pqq") and supporting documentation. However, it should be noted that both financial / economic standing and quality thresholds will apply for each lot (1 to 5).
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:
6437 CCC
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

of 13.7.2010
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 8.12.2011 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
8.12.2011 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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: 180 (from the date stated for receipt of tender) (from the date stated for receipt of tender)
IV.3.8)Conditions for opening tenders

Place:

The Chief Legal & Democratic Services Officer, County Hall, Atlantic Wharf, Cardiff, CF10 4UW.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised Council employees only. No members of the general public.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about European Union funds
VI.3)Additional information

Any companies expressing an interest in this tender opportunity will be required to register on the Council's suppliers list (if not already registered) prior to downloading the documents. Any company acquiring documents in any way other than through the portal at http://appswales.alito.co.uk may not be considered and their submission not evaluated. If you are registering for the first time, you must register your company details against the company profile against category WB01 - building & construction contractors. You may also register against other relevant categories.

You will then need to search through the bulletin board on the portal for our tender reference 6437 CCC and register your interest in taking part in the tender process.
The pre qualification documents will then be available for applicants to download. please note PQQ documents are only available by download from this site, and will not be issued in any other way.
The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.
The tender documents will outline the requirements of the tender process and the evaluation criteria.
PQQ's are to be returned in accordance with the instructions in the PQQ documentation and in order to receive consideration must be received no later than 12:00:00 noon on Monday 12.12.2011. It should be noted that the deadline for requests to participate is 12:00:00 on Thursday 8.12.2011; and it should be noted that the PQQ documentation will not be available after this time.
It is anticipated that the invitation to tender ("ITT”) will be sent out in January 2012, although the Council reserves the right to change this date at any time.
The PQQ selection criteria is as detailed in the PQQ documentation.
The tender award criteria for this procurement will comprise of cost and quality. Full details of the award criteria and the method of evaluation will be provided in the ITT.
The Authority does not bind itself to accept the lowest or any tender as part of this process.
Further information regarding the way orders will be placed under the framework agreement:
In the event that the Council decides to source works through the framework agreement, then it will do so in accordance with the contract terms and conditions, i.e. the framework agreement and relevant schedules and appendices to the same, which will form part of the tender documentation. These contract terms and conditions will provide that the Council will source its requirements in accordance with the following procedure:
Stage 1 - the Council will identify the lot to which an order relates;
Stage 2 - for the lot identified at Stage 1, and subject always to the Council’s position regarding the ordering of Mixed Orders and the use of the framework agreement in general, the Council will award its requirements:
(a) in accordance with the terms laid down in the framework agreement without reopening competition (i.e. via the application of a cascade approach. Always awarding the work to the most economically advantageous provider, awarding the work to the second ranked provider, only if the top ranked provider is unable to undertake the work, and so on); or
(b) following a mini-competition conducted in accordance with the procedure set out in the framework agreement.
Which ordering procedure that is to apply to any further given order, i.e. (a) or (b) above, will depend on the estimated value of the works being ordered, and details regarding which ordering procedure is to apply (and when) will be set out in the contract terms and conditions, i.e. the framework agreement and relevant schedules and appendices to the same.
For the avoidance of doubt the ordering mechanisms set out above [(a) and (b)] will be present within each lot of the framework agreement, i.e. lot 1 through to lot 5 will have two ordering mechanisms: a cascade mechanism, and a mini competition mechanism. It should also be noted that the estimated value which invokes a mini competition will differ between each of the lots and that this detail will be set out in the contract terms and conditions i.e. the framework agreement and the relevant schedules and appendices to the same.
The number of providers that are to be appointed per lot and the procurement process in general:
For the number of providers that are to be appointed per lot, please see section [11.14] above. For the estimated contracted value of each lot, please see section [II.2.1] above.
Following a pre qualification process, the Council will short list contractors who are able to:
(i) evidence satisfactory competencies in line with the Council’s PQQ, and
(ii) have confirmed their acceptability in accordance with section A of the PQQ. Those contractors who are short-listed for a particular lot (subject to the specified maximum per lot) will be eligible to proceed to the second stage of the procurement process: the invitation to tender ("ITT Stage"). The ITT Stage will be evaluated on the basis of price and quality (in accordance with the evaluation criteria provided in ITT/ tender documents). At the end of the ITT Stage of the process the Council intends to appoint up to 5 contractors for each lot.
Potential bidders should note that as part of this procurement process (at the ITT Stage) the Council intends to stipulate the maximum rates it is willing to pay for the works / services under this framework agreement. Only bidders that tender below the maximum rates stipulated by the Council need tender. Bidders that fail to come forward with rates below those maximum rates stipulated will be considered non-compliant and disregarded.
Further information on how mixed orders, i.e. orders that span more than one lot are to be dealt with:
Potential bidders should note that ordinarily the Council expects to be able to identify which lot should be used for any particular order. However, on occasions there may be instances where an order incorporates works from more than one lot ("a mixed order"). A mixed order will ordinarily be classified according to its predominant purpose, with the Council sourcing its requirements from the predominant purpose lot. However, it should be noted that the Council will be reserving its right to be able to source its requirements via: (i) a single lot (having regard to the predominant purpose), or (ii) via a combination of lots (the Council in such a scenario intending to project manage more than one contractor).
Community benefits:
The Council is committed to contributing to the social, economic and environmental well-being of the wider community.
At award of the framework agreement, the successful providers will be expected to work with the Council to maximise the community benefits delivered through the framework agreement. This will include (but not be limited to):
Training and employment opportunities.
The successful providers will be expected to consider the opportunities to recruit and train long term economically inactive persons as part of the workforce delivering this framework agreement. The Council is keen that the successful provider(s) consider the opportunity to offer (apprenticeships/NVQs/H&S; training etc) during the life of the framework agreement.
Maximise supply chain opportunities for SMEs.

The successful providers will be expected to work with the Council to open up opportunities for SMEs, including social enterprises, to bid for 2nd & 3rd tier supply chain opportunities arising from this framework agreement. It is expected that this will, amongst others, include:-.

- advertising subcontracting opportunities on Sell2Wales,
- using the Welsh Assembly Government’s Supplier Development Service to hold "meet the buyer" events.
Other benefits.
The successful provider(s) will be encouraged to secure other positive outcomes that would benefit the community they operate within, for example:
- working with schools and colleges - work experience,
Work placements.
- contributing to community regeneration schemes.
For the avoidance of doubt, long-term economically inactive in this procurement means those who have not been in paid employment in the last 3 months immediately prior to the date of this notice/ invitation.
As part of their response, bidders will be asked to submit a "community benefits plan" setting out how they will deliver community benefits through the framework agreement.
The community benefits plan will not be evaluated and scored as part of the tender process. However contractual clauses will set out specific targets for delivery to be agreed within 60 days of commencement of the framework agreement and the community benefits plan will form part of the contractual relationship between the provider(s) and the Council. Furthermore, and for the avoidance of doubt, some of those points set out above regarding community benefits, e.g. those initiatives to maximise supply chain opportunities for SMEs, as well as others, will be included as contract performance conditions within the contract terms and conditions, i.e. within the framework agreement and relevant schedules and appendices to the same.
Information regarding the Council’s land and buildings programme:

Like many other public sector organisations, the Council is in the process of transforming the way it delivers its services to its citizens. By 2014, Cardiff Council aims to be recognised as a high-performing provider of value for money services for its citizens and customers and intends to achieve this by transforming ways of working to make better use of skills, knowledge and assets. Potential bidders should note that as part of this change the Council is in the process of reviewing its current and future requirements regarding land and buildings. Whilst the Council is not expecting the same to materially impact on the value of work sourced through the proposed framework, it does feel it appropriate to notify the market of its current position regarding its land and buildings portfolio. Further information regarding this project can be found at the following link: http://www.cardiff.gov.uk/objview.asp?object_id=20350.

Information regarding the potential use of the framework agreement by schools.
Potential bidders should also note that lots 2 and 4 (non domestic general building works and non domestic mechanical & electrical works, respectively) contain an element of delegated schools spending. As such, the Council feels it only appropriate to notify potential bidders that whilst the Council shall endeavour to promote usage of the framework with all schools, it cannot guarantee or enforce use of the framework by the same. Potential bidders should note that during the financial year of 1.4.2010 to 31.3.2011, approximately 16 % of total non domestic spend, i.e. spend across both lots 2 and 4, was schools delegated spend.
Continuous improvement:
Potential bidders should note that the successful providers will have an ongoing obligation throughout the term of the framework agreement to identify new or potential improvements to the services (and to the arrangements in general). Examples of the type of improvements the Council will wish to explore during the term of the framework include, but are not limited to improvements to quality, responsiveness, procedures, benchmarking methods, likely performance mechanisms and customer support services in relation to the services.
Existing contractual arrangements:
In order to ensure that the Council meets its commitment to bringing up the standard and condition of its existing housing stock to the Welsh Government’s Welsh Housing Quality Standard ("the standard") by the end of 2012, a number of contractual arrangements are in place which cover some elements of the scope of this framework agreement. In order to ensure that the Standard is met, some of these contracted arrangements may continue into the early term of this framework agreement. Further details regarding this issue can be found within the tender documentation.
Bidders’ forum:
The Council will be holding a bidder forum on wednesday 16.11.2011.

Attendance at this forum shall be by confirmation only. Should you wish for a representative of your company or business to attend this event, you must register your request by emailing Lee Harding at . At this point you will be provided with full details of the event’s venue and agenda. Due to limited capacity, attendance will be strictly one representative per organisation.

It should be noted that requests for attendance to this event must be received no later than 16:00hrs on Friday 11.11.2011.
The Council will not meet any costs incurred by any party in responding to this notice or attending the Bidder Forum.
Buy4Wales reference number: 27599.
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: The Authority will incorporate the mandatory standstill period as directed by the Public Contracts Regulation 32 (1) to 32(2A) and send the award decision notice which will include: the award criteria, the reasons for the decision including the characteristics and relative advantages of the successful winner; if the did is held not to be compliant with any technical specification, the reasons for that decision; the name of the party to be awarded the contract, and a precise statement of when the standstill period is expected to end, including how it may be affected by any "contingencies" eg., complaints or challenges, and the date after which the contract may be entered into.
Applicants will have the duration of the standstill period to ask further questions or bring proceedings. Such information should be sought from the contact named in Section 1.1 of this notice.
It should be noted that the Authority is now automatically obliged to refrain from entering into a contract when proceedings are brought in respect of the award decision and the contract has not be entered into or the framework concluded.
The contractor must serve the legal claim form on the contracting authority (in accordance with rules of court) that represents the formal trigger for the Authority to suspend the contract-making.
The automatic suspension remains in force until either the court terminates the.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
4.11.2011