
Market Leads & Opportunities
United Kingdom-Chester: Network components
Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (15/S 219-399252/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Regulation of procurement: EU – with participation by GPA countries
Award criteria: Most economic bid
Type of bid required: Global bid
Contract notice
Supplies
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
NHS Countess of Chester Hospital
Liverpool Road
Chester
Postal code: CH2 1UL
United Kingdom
Contact points(s): UKD2
For the attention of: Berry Phil
Email: philipberry@nhs.net
Internet Address(es):
General address of the contracting authority:
Electronic access to information: www.nhssourcing.co.uk
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:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity: Health
I.4) Contract award on behalf of other contracting authorities/entities:
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/entity:
UK-Chester — Capital Project Network Upgrade.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: The Countess of Chester Hospital NHS Foundation Trust, Countess of Chester Health Park, Liverpool Road, Chester, CH2 1UL.
Nuts code: UKD2
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves a public contract
II.1.4) Information on framework agreement:
II.1.5) Short description of the specific contract:
Background To This Opportunity.
Core Switch.
The Countess of Chester Hospital NHS Foundation Trust is currently in the process of upgrading its core network switching infrastructure.
We currently have two Cisco 6509 model switches, one installed in Data Centre 1 (DC1) and the other in Computer Room 2 (CR2) both now end of life and software support from December 2012. We are looking to replace these switches with newer, higher capacity switches, able to support higher bandwidth connections and future-proofing the trusts network.
Data Centre Environment.
The Trust is also looking to make some improvement to the data centre environment.
In the core we currently have 2 Cisco 6509 model switches, 1 installed in Data Centre 1 (DC1) and the other in Computer Room 2 (CR2) both about to be upgraded as part of another project.
The data centre switches are connected in DC1 and consist of 6 Cisco x 4948E model switches. The second data centre is installed in Computer Room 3 (CR3) and consists of 4 x Cisco4948E’s. We are looking to keep these switches and install a new aggregation layer between our core switches and the old data centre 4948e’s with newer, higher switching capacity switches, able to support higher bandwidth connections, to move the routing from the core switches to the new aggregation layer and to future-proof the trusts network.
Wireless.
To facilitate this change, the current core wireless controllers that are currently connected in the core switches, will need to be renewed.
II.1.6) Common procurement vocabulary (CPV): 32422000, 32412120, 32415000, 32413000, 32410000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: No
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:
II.2.2) Information about options:
Options:no
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: 003 (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:
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:
III.1.4) Other particular conditions:
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: Exclusion Grounds 57.—(1) Contracting authorities shall exclude an economic operator from participation in a procurement procedure where they have established, by verifying in accordance with regulations 59, 60 and 61, or are otherwise aware, that that economic operator has been convicted of any of the following offences:—(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime; b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906; c) the common law offence of bribery; d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010, or section 113 of the Representation of the People Act 1983; e) where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities:—(i) the common law offence of cheating the Revenue; (ii) the common law offence of conspiracy to defraud; iii) fraud or theft within the meaning of the Theft Act 1968, the Theft Act (Northern Ireland) 1969, the Theft Act 1978 or the Theft (Northern Ireland) Order 1978; iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985, article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006; vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993; vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968 or section 19 of the Theft Act (Northern Ireland) 1969; (viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006; or ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act; f) any offence listed—(i) in section 41 of the Counter Terrorism Act 2008; or (ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection; g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f); (h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002; (i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988 or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996 (k) an offence under section 59A of the Sexual Offences Act 2003; (l) an offence under section 71 of the Coroners and Justice Act 2009; m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994; or (n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive—(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or (ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland. 2) The obligation to exclude an economic operator also applies where the person convicted is a member of the administrative, management or supervisory body of that economic operator or has powers of representation, decision or control in the economic operator. Mandatory and discretionary exclusions for non-payment of taxes etc. 3) An economic operator shall be excluded from participation in a procurement procedure where—(a) the contracting authority is aware that the economic operator is in breach of its obligations relating to the payment of taxes or social security contributions; and (b) the breach has been established by a judicial or administrative decision having final and binding effect in accordance with the legal provisions of the country in which it is established or with those of any of the jurisdictions of the United Kingdom. 4) Contracting authorities may exclude an economic operator from participation in a procurement procedure where the contracting authority can demonstrate by any appropriate means that the economic operator is in breach of its obligations relating to the payment of taxes or social security contributions. (5) Paragraphs (3) and (4) cease to apply when the economic operator has fulfilled its obligations by paying, or entering into a binding arrangement with a view to paying, the taxes or social security contributions due, including, where applicable, any interest accrued or fines. Exceptions to mandatory exclusion 6) A contracting authority may disregard any of the prohibitions imposed by paragraphs (1) to (3), on an exceptional basis, for overriding reasons relating to the public interest such as public health or protection of the environment. (7) A contracting authority may also disregard the prohibition imposed by paragraph (3) where an exclusion would be clearly disproportionate, in particular—(a) where only minor amounts of taxes or social security contributions are unpaid; or (b) where the economic operator was informed of the exact amount due following its breach of its obligations relating to the payment of taxes or social security contributions at such time that it did not have the possibility of fulfilling its obligations in a manner described in paragraph (5) before expiration of the deadline for requesting participation or, in open procedures, the deadline for submitting its tender. Discretionary exclusions 8) Contracting authorities may exclude from participation in a procurement procedure any economic operator in any of the following situations:—a) where the contracting authority can demonstrate by any appropriate means a violation of applicable obligations referred to in regulation 56(2); b) where the economic operator is bankrupt or is the subject of insolvency or winding-up proceedings, where its assets are being administered by a liquidator or by the court, where it is in an arrangement with creditors, where its business activities are suspended or it is in any analogous situation arising from a similar procedure under the laws and regulations of any State; (c) where the contracting authority can demonstrate by appropriate means that the economic operator is guilty of grave professional misconduct, which renders its integrity questionable; d) where the contracting authority has sufficiently plausible indications to conclude that the economic operator has entered into agreements with other economic operators aimed at distorting competition; e) where a conflict of interest within the meaning of regulation 24 cannot be effectively remedied by other, less intrusive, measures; f) where a distortion of competition from the prior involvement of the economic operator in the preparation of the procurement procedure, as referred to in regulation 41, cannot be remedied by other, less intrusive, measures; g) where the economic operator has shown significant or persistent deficiencies in the performance of a substantive requirement under a prior public contract, a prior contract with a contracting entity, or a prior concession contract, which led to early termination of that prior contract, damages or other comparable sanctions; (h) where the economic operator—(i) has been guilty of serious misrepresentation in supplying the information required for the verification of the absence of grounds for exclusion or the fulfilment of the selection criteria; or (ii) has withheld such information or is not able to submit supporting documents required under regulation 59; or (i) where the economic operator has—(i) undertaken to—(aa) unduly influence the decision-making process of the contracting authority, or (bb) obtain confidential information that may confer upon it undue advantages in the procurement procedure; or (ii) negligently provided misleading information that may have a material influence on decisions concerning exclusion, selection or award. Exclusion during procedure (9) Contracting authorities shall exclude an economic operator where they become aware, at any time during a procurement procedure, that the economic operator is, in view of acts committed or omitted either before or during the procedure, in one of the situations referred to in paragraphs (1) to (3). (10) Contracting authorities may exclude an economic operator where they become aware, at any time during a procurement procedure, that the economic operator is, in view of acts committed or omitted either before or during the procedure, in one of the situations referred to in paragraphs (4) or (8). Duration of exclusion (11) In the cases referred to in paragraphs (1) to (3), the period during which the economic operator shall (subject to paragraphs (6), (7) and (14)) be excluded is 5 years from the date of the conviction. (12) In the cases referred to in paragraphs (4) and (8), the period during which the economic operator may (subject to paragraph (14)) be excluded is 3 years from the date of the relevant event. Self-cleaning (13) Any economic operator that is in one of the situations referred to in paragraph (1) or (8) may provide evidence to the effect that measures taken by the economic operator are sufficient to demonstrate its reliability despite the existence of a relevant ground for exclusion. (14) If the contracting authority considers such evidence to be sufficient, the economic operator concerned shall not be excluded from the procurement procedure. (15) For that purpose, the economic operator shall prove that it has—(a) paid or undertaken to pay compensation in respect of any damage caused by the criminal offence or misconduct; (b) clarified the facts and circumstances in a comprehensive manner by actively collaborating with the investigating authorities; and (c) taken concrete technical, organisational and personnel measures that are appropriate to prevent further criminal offences or misconduct. (16) The measures taken by the economic operator shall be evaluated taking into account the gravity and particular circumstances of the criminal offence or misconduct. (17) Where the contracting authority considers such measures to be insufficient, the contracting authority shall give the economic operator a statement of the reasons for that decision.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: Information on Economic and Financial Capacity is requested within the Invitation to Tender.
The awarding authority draws you to the attention that included within the Invitation to Tender are the following Economic and Financial exclusion criteria:
Tenderers are required to upload a copy of their Dun and Bradstreet (D&B) Comprehensive Report (or equivalent) which includes the rating for financial strength and risk of business failure. This is a mandatory requirement. The report will be used by the Trust to determine whether there is any evidence indicating a moderate or high risk to the Trust that the Tenderer will be unable to provide the services required over the period of the contract. If any Tenderer is assessed as moderate or high risk, the Trust reserves the right to eliminate the Tenderer from further stages of the procurement process.
Banking Facilities and Loan Agreements.
Tenderers are expected to be able to confirm that they have met the terms of their banking facilities and loan agreements (if any) during the past year.
Obligations to Pay Creditors.
Tenderers are expected to be able to confirm that they have met all of their obligations to pay creditors and staff during the past year.
Minimum level(s) of standards possibly required: Insurance.
Please self-certify whether you already have, or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
Professional Indemnity Insurance = 5 000 000 GBP
Compliance with equality legislation.
For organisations working outside of the UK please refer to equivalent legislation in the country that you are located.
In the last 3 years, has any finding of unlawful discrimination been made against your organisation by an Employment Tribunal, an Employment Appeal Tribunal or any other court (or in comparable proceedings in any jurisdiction other than the UK)?
In the last 3 years, has your organisation had a complaint upheld following an investigation by the Equality and Human Rights Commission or its predecessors (or a comparable body in any jurisdiction other than the UK), on grounds or alleged unlawful discrimination?
If you have answered ‘yes’ to one or both of the questions in this module, please provide as a separate Appendix, a summary of the nature of the investigation and an explanation of the outcome of the investigation to date.
If the investigation upheld the complaint against your organisation, please use the Appendix to explain what action (if any) you have taken to prevent unlawful discrimination from reoccurring.
You may be excluded if you are unable to demonstrate to the Authority’s satisfaction that appropriate remedial action has been taken to prevent similar unlawful discrimination reoccurring.
If you use sub-contractors, do you have processes in place to check whether any of the above circumstances apply to these other organisations?
You may be excluded if you are unable to demonstrate to the Authority’s satisfaction that appropriate remedial action has been taken to prevent similar unlawful discrimination reoccurring.
Environmental Management
Has your organisation been convicted of breaching environmental legislation, or had any notice served upon it, in the last 3 years by any environmental regulator or authority (including local authority)?
If your answer to the this question is ‘Yes’, please provide details in a separate Appendix of the conviction or notice and details of any remedial action or changes you have made as a result of conviction or notices served.
The Authority will not select bidder(s) that have been prosecuted or served notice under environmental legislation in the last 3 years, unless the Authority is satisfied that appropriate remedial action has been taken to prevent future occurrences/breaches.
If you use sub-contractors, do you have processes in place to check whether any of these organisations have been convicted or had a notice served upon them for infringement of environmental legislation?
Health and Safety.
Please self-certify that your organisation has a Health and Safety Policy that complies with current legislative requirements.
Has your organisation or any of its Directors or Executive Officers been in receipt of enforcement/remedial orders in relation to the Health and Safety Executive (or equivalent body) in the last 3 years?
If your answer to this question was ‘Yes’, please provide details in a separate Appendix of any enforcement/ remedial orders served and give details of any remedial action or changes to procedures you have made as a result.
The Authority will exclude bidder(s) that have been in receipt of enforcement/remedial action orders unless the bidder(s) can demonstrate to the Authority’s satisfaction that appropriate remedial action has been taken to prevent future occurrences or breaches.
If you use sub-contractors, do you have processes in place to check whether any of the above circumstances apply to these other organisations?
Declaration.
I declare that to the best of my knowledge the answers submitted to these questions are correct. I understand that the information will be used in the evaluation process to assess my organisation’s suitability to participate in the evaluation and ultimately to deliver the requirements.
I understand that the Authority may reject my submission if there is a failure to answer all relevant questions fully or if I provide false/misleading information. I have provided a full list of any Appendices used to provide additional information in response to questions.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: The awarding authority draws your attention to that included in Appendix A are the following mandatory pre requisites. Tenderers that are unable to comply with these will be eliminated from the process and their offer will not be considered further:
Details are included below.
3. Additional ITT modules.
Suppliers who self-certify that they meet the requirements for these additional modules will be required to provide evidence of this if they are successful at contract award stage.
A — Project specific questions to assess Technical and Professional Ability.
Mandatory Requirements.
Tenderers must answer questions M01-M05 below. If a Tenderer scores an ‘OUT’ in any of these criteria they will not be taken forward to further stages of the evaluation.
M01 Scope Of Requirements (in/out).
Please confirm by answering yes or no that your organisation has the experience, capability and capacity to undertake the full scope of requirements outlined in the Specification of Requirements (Schedule D of the Invitation to Tender Document).
Are you able to confirm that your organisation has the experience, capability and capacity to undertake the full scope of requirements outlined in the Specification of Requirements (Schedule D of the Invitation to Tender Document). Yes or No.
Please note: if your response demonstrates that you are not able to meet any of the requirements, your bid will be considered non-compliant and excluded from the process.
Tenderer has confirmed that they have the experience, capability and capacity to undertake the full scope of requirements within the Specification of Requirements (Schedule D of the Invitation to Tender Document). In.
Tenderer has not confirmed that they have the capability and capacity to undertake the full scope of requirements within the Specification of Requirements (Schedule D of the Invitation to Tender Document). Out.
M02. project plan (in/out)
Please confirm by answering YES or NO that you are prepared to submit as part of your tender return an anticipated project plan.
Are you able to confirm that you are prepared to summit as part of your tender an anticipated project plan?
Yes or No
Tenderer has confirmed that they are prepared to submit as part of their tender an anticipated project plan. in
Tenderer has not confirmed that they are prepared to submit as part of their tender an anticipated project plan. out
M03. Training For Trust Staff (in/out)
Please note that you are either required to answer Question M03. A or B.
A. Please confirm that should the solution offered not be familiar to the Trust, for example not based on Cisco technology, you will commit to provide training at least in accordance with the requirement below. Please note that all training costs shall be included in the total price and fully itemised.
Please confirm by answering YES OR NO that you will commit to provide training for 3 members of staff equivalent to Cisco CCNP Level. The training must be classroom based at a location convenient to the Trust and associated examinations must be included.
Are you able to confirm that you will commit to provide training for 3 members of staff equivalent to Cisco CCNP Level? The training must be classroom based at a location convenient to the Trust and associated examinations must be included.
Yes or No
Tenderer has confirmed that they are prepared to commit to provide training for three members of staff equivalent to Cisco CCNP Level. The training must be classroom based at a location convenient to the Trust and associated examinations must be included.
In
Tenderer has not confirmed that they are prepared to commit to provide training for three members of staff equivalent to Cisco CCNP Level. The training must be classroom based at a location convenient to the Trust and associated examinations must be included.
Out
Or
B. Please confirm by answering yes or no that the solution offered is based on CISCO technology and is therefore familiar to the Trust.
Tenderer has confirmed that the solution offered is based on Cisco technology and is therefore familiar to the Trust.
In
Tenderer has not confirmed that the solution offered is based on Cisco technology and is therefore familiar to the Trust.
Out
M04. Full Completion Of The Project.
Please confirm by answering YES or NO that your organisation has the capacity and capability to complete the work within an 8 week period.
Are you able to confirm that your organisation will complete the work within an 8 week period?
Yes Or No
Tenderer has confirmed that their organisation will complete the work within an 8 week period.
In
Tenderer has not confirmed that their organisation will complete the work within an 8 week period.
Out
M05. (in/out) acceptance of nhs terms and conditions.
Please confirm by answering YES or NO that your organisation agrees to carry out all contracts and / or other awards of business resulting from this procurement exercise in accordance with the NHS Terms and Conditions for the Supply of Goods and the Provision of Services (contract version).
Does your organisation agree to carry out all contracts and / or other awards of business resulting from this procurement exercise in accordance with the NHS Terms and Conditions for the Supply of Goods and the provision of Services (contract version).
Yes Or No
Tenderer has agreed to carry out all contracts and / or other awards of business resulting from this procurement exercise in accordance with the NHS Terms and Conditions for the Supply of Goods and the provision of Services (contract Version) In.
Tenderer has not agreed to carry out all contracts and / or other awards of business resulting from this procurement exercise in accordance with the NHS Terms and Conditions for the Supply of Goods and the provision of Services (contract Version) Out.
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:
Open
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
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: yes
Additional information about electronic auction: The Trust reserves the right to use an electronic auction.
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
C/169/IT/15/PB
IV.3.2) Previous publication(s) concerning the same contract:
No
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:02.12.2015 – 14:00
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
02.12.2015 – 14:00
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:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:
Section VI: Complementary information
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 Trust intends to use an eTendering system in this procurement exercise and reserves the right to use a reverse auction. All communications and bids must be made in whole through the eTendering system. Hardcopies will NOT be accepted.
The Trust does not wish to restrict innovative ideas, therefore additional products or services maybe included to the final agreement as long as this does not divert away from the original scope. Suppliers Instructions How to Express Interest in this Tender:
1. Register your company on the eSourcing portal (this is only required once):
— Browse to the eSourcing Portal: and click the link to register.
— Accept the terms and conditions and click ‘continue’.
— Enter your correct business and user details.
— Note the username you chose and click ‘Save’ when complete.
— You will shortly receive an email with your unique password (please keep this secure).
2. Express an Interest in the tender:
— Login to the portal with the username/password.
— Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier).
— Click on the relevant PQQ/ ITT to access the content.
— Click the ‘Express Interest’ button at the top of the page.
— This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only).
— You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box.
3. Responding to the tender:
— Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining).
— You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification.
— Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT
— There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
VI.4) Procedures for appeal:
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:The Countess of Chester Hospital NHS Foundation Trust 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 Public Contracts Regulations 2015 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.5) Date of dispatch of this notice:
09.11.2015
More Opportunties
- United Kingdom-Paisley: Vehicle and Plant Hire
15 Jun 25
This Prior Information Notice (PIN) is in relation to the renewal framework for the hire of vehicles and plant equipment, available for all 32 council areas in Scotland and Scotland Excel Associate Members. It is anticipated this framework will incorporat> > - United Kingdom-Great Sankey: Powder activated carbon dosing system
15 Jun 25
Supply of 2 Powder activated carbon dosing systems> > - United Kingdom-Gourock: Framework Agreement for the Supply and Delivery of Milk to Nominated Vessels
15 Jun 25
CFL is seeking to award a Framework Agreement to a suitably qualified and experienced Supplier for the supply and delivery of milk to CFL’s Major Vessels.> >