Construction Tenders

01 May 2025

Related Information

Construction Contract Leads

Yorkshire and the Humber

Category Works

Type

No. of Lots 8

Status Active

Published 28th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d6c5
Common Procurement VocabularyConstruction work for highways, roads
Procurement MethodOpen procedure
Value£96,000,000
More Tenders »

Yorkshire and the Humber

Category Works

Type

No. of Lots 8

Status Active

Published 28th Jan 2025

Tender Details
Referenceocds-h6vhtk-04d6c5
Common Procurement VocabularyConstruction work for highways, roads
Procurement MethodOpen procedure
Value£96,000,000

Section I: Contracting authority

I.1) Name and addresses

Kirklees Council

PO Box 1720

HUDDERSFIELD

HD1 9EL

Contact

Tom Widdop

Email

tom.widdop [at] kirklees.gov.uk

Telephone

+44 148221000

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.kirklees.gov.uk/

I.1) Name and addresses

Leeds City Council

Civic Hall, Calverley Street

Leeds

LS1 1UR

Contact

Tom Widdop

Email

tom.widdop [at] kirklees.gov.uk

Country

United Kingdom

NUTS code

UKE42 - Leeds

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.leeds.gov.uk/

I.1) Name and addresses

City of Bradford Metropolitan District Council

City Hall, Channing Way

Bradford

BD1 1HY

Contact

Tom Widdop

Email

tom.widdop [at] kirklees.gov.uk

Country

United Kingdom

NUTS code

UKE41 - Bradford

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.bradford.gov.uk/

I.1) Name and addresses

The City of Wakefield Metropolitan District Council

Town Hall, Wood Street

Wakefield

WF1 2HQ

Contact

Tom Widdop

Email

tom.widdop [at] kirklees.gov.uk

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.wakefield.gov.uk/

I.1) Name and addresses

The Borough of Calderdale Council

Town Hall, Crossley Street

Halifax

WF1 2HQ

Contact

Tom Widdop

Email

tom.widdop [at] kirklees.gov.uk

Country

United Kingdom

NUTS code

UKE44 - Calderdale and Kirklees

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://new.calderdale.gov.uk/

I.1) Name and addresses

City of York Council

Hazel Court, James Street

York

Contact

Tom Widdop

Email

tom.widdop [at] kirklees.gov.uk

Country

United Kingdom

NUTS code

UKE21 - York

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

https://www.york.gov.uk/

I.2) Information about joint procurement

The contract involves joint procurement

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/login.asp?B=YORTENDER

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/login.asp?B=YORTENDER

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

KMCHS-429 Framework for Surfacing and Planing Works - Yorkshire Alliance Contract

II.1.2) Main CPV code

  • 45233100 - Construction work for highways, roads

II.1.3) Type of contract

Works

II.1.4) Short description

The works will consist of Carriageway and Footway Surfacing Works together with other

associated works and/or Cold Planing, replacement of roadmarkings and road studs on both

highway and non-highway sites associated with those works, inclusive of the provision of

labour, supervision, materials (including waste), temporary works, plant, traffic

management, tipping, landfill tax and other charges, overhead charges and profit. The

Contractor may price One, or More or All Lots. The locations will be within the administrative

areas of City of Bradford Metropolitan District Council (Category 1 - Lot 1), The Borough of

Calderdale Council (Category 1 - Lot 2), The Council of the Borough of Kirklees (Category 1 - Lot 3), Leeds City Council

(Category 1 - Lot 4), City of Wakefield Metropolitan District Council (Category 1 - Lot 5), City of

York Council (Category 1 - Lot 6), The Council of the Borough Kirklees (Category 2 -

Lot 7) ,Wakefield Metropolitan District Council

(Category 2 - Lot 8), and any other Local Authority (as

defined in the Local Government Act 1972) within the Yorkshire and Humber

Region.http://local.direct.gov.uk/LDGRedirect/MapLocationSearch.do?mode=1.1&map=4

II.1.5) Estimated total value

Value excluding VAT: £96,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

City of Bradford Metropolitan District Council (Category 1 - Lot 1), The Borough of CalderdaleCouncil (Category 1 - Lot 2), The Council of the Borough of Kirklees (Category 1 - Lot 3), Leeds City Council (Category 1 -Lot 4), City of Wakefield Metropolitan District Council (Category 1 - Lot 5), City of York Council(Category 1 - Lot 6).The Council of the Borough of Kirklees (Category 2 - Lot 7), City of Wakefield Metropolitan District Council (Category 2 - Lot 8)There will be no limitation to the number of Lots to any onetenderer, maximum of 15 Contractors per Lot, refer to tender documents.

II.2) Description

II.2.1) Title

City of Bradford Metropolitan District Council - Surfacing and Planing Works Yorkshire Alliance Contract Category 1 KMCHS-429

Lot No

1

II.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads
  • 45233139 - Highway maintenance work
  • 45233141 - Road-maintenance works
  • 45233200 - Various surface works
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works

II.2.3) Place of performance

NUTS codes
  • UKE41 - Bradford
Main site or place of performance

Geographical area of Bradford, West Yorkshire

II.2.4) Description of the procurement

The works will consist of Carriageway and Footway Surfacing Works together with other associated works and/or Cold Planing,

replacement of roadmarkings and road studs on both highway and non-highway sites associated with those works, inclusive of the provision of labour, supervision, materials (including waste),temporary works, plant, traffic management, tipping, landfill tax and other charges, overhead charges and profit as well as the general liabilities, obligations and risks arising out of the conditions of contract. The locations will be within the administrative areas of City of Bradford Metropolitan District

Council - Lot 1. The Contractor may price One, or More or All Lots. For the purposes of the Framework Agreement, all of the

other Local Authorities shall hereafter be defined as the "Contracting Authorities" for whom Kirklees Council will act as the Contract Administrator in relation to the Framework Agreement

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £24,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The above duration is for an initial 24 months contract with the option to extend up to 24 months (12 months + 12 months).

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This Category is for Standard Allocation & Mini-Competitions

II.2) Description

II.2.1) Title

The Borough Council of Calderdale- Surfacing and Planing Works Yorkshire Alliance Contract Category 1 KMCHS-429

Lot No

2

II.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads
  • 45233139 - Highway maintenance work
  • 45233141 - Road-maintenance works
  • 45233200 - Various surface works
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works

II.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Geographical area of Calderdale, West Yorkshire

II.2.4) Description of the procurement

The works will consist of Carriageway and Footway Surfacing Works together with other

associated works and/or Cold Planing, replacement of roadmarkings and road studs on both

highway and non-highway sites associated with those works, inclusive of the provision of

labour, supervision, materials (including waste),temporary works, plant, traffic

management, tipping, landfill tax and other charges, overhead charges and profit as well as

the general liabilities, obligations and risks arising out of the conditions of contract. The

locations will be within the administrative areas of The Borough of Calderdale Council - Lot 2.

The Contractor may price One, or More or All Lots. For the purposes of the Framework Agreement, all of the other Local Authorities

shall hereafter be defined as the "Contracting Authorities" for whom Kirklees Council will act

as the Contract Administrator in relation to the Framework Agreement

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £8,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The above duration is for an initial 24 months contract with the option to extend up to 24 months (12 months + 12 months)

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This Category is for Standard Allocation & Mini-Competitions

II.2) Description

II.2.1) Title

The Council of the Borough of Kirklees - Surfacing and Planing Works Yorkshire Alliance Contract Category 1 KMCHS-429

Lot No

3

II.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads
  • 45233139 - Highway maintenance work
  • 45233141 - Road-maintenance works
  • 45233200 - Various surface works
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works

II.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Geographical area of Kirklees, West Yorkshire

II.2.4) Description of the procurement

The works will consist of Carriageway and Footway Surfacing Works together with other

associated works and/or Cold Planing, replacement of roadmarkings and road studs on both

highway and non-highway sites associated with those works, inclusive of the provision of

labour, supervision, materials (including waste),temporary works, plant, traffic

management, tipping, landfill tax and other charges, overhead charges and profit as well as

the general liabilities, obligations and risks arising out of the conditions of contract. The

locations will be within the administrative areas of Kirklees Council - Lot 3. The Contractor

may price One, or More or All Lots.

For the purposes of the Framework Agreement, all of the other Local Authorities shall

hereafter be defined as the "Contracting Authorities" for whom Kirklees Council will act as

the Contract Administrator in relation to the Framework Agreement.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £10,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The above duration is for an initial 24 months contract with the option to extend up to 24 months (12 months + 12 months)

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This Category is for Standard Allocation & Mini-Competitions

II.2) Description

II.2.1) Title

Leeds City Council - Surfacing and Planing Works Yorkshire Alliance Contract Category 1 KMCHS-429

Lot No

4

II.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads
  • 45233139 - Highway maintenance work
  • 45233141 - Road-maintenance works
  • 45233200 - Various surface works
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works

II.2.3) Place of performance

NUTS codes
  • UKE42 - Leeds
Main site or place of performance

Geographical area of Leeds, West Yorkshire

II.2.4) Description of the procurement

The works will consist of Carriageway and Footway Surfacing Works together with other

associated works and/or Cold Planing, replacement of roadmarkings and road studs on both

highway and non-highway sites associated with those works, inclusive of the provision of

labour, supervision, materials (including waste),temporary works, plant, traffic

management, tipping, landfill tax and other charges, overhead charges and profit as well as

the general liabilities, obligations and risks arising out of the conditions of contract. The

locations will be within the administrative areas of Leeds City Council - Lot 4. The Contractor

may price One, or More or All Lots.

For the purposes of the Framework Agreement, all of the other Local Authorities shall

hereafter be defined as the "Contracting Authorities" for whom Kirklees Council will act as

the Contract Administrator in relation to the Framework Agreement.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £16,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The above duration is for an initial 24 months contract with the option to extend up to 24 months (12 months + 12 months).

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This Category is for Standard Allocation & Mini-Competitions

II.2) Description

II.2.1) Title

City of Wakefield Metropolitan District Council - Surfacing and Planing Works Yorkshire Alliance Contract Category 1 KMCHS-429

Lot No

5

II.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads
  • 45233139 - Highway maintenance work
  • 45233141 - Road-maintenance works
  • 45233200 - Various surface works
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works

II.2.3) Place of performance

NUTS codes
  • UKE45 - Wakefield
Main site or place of performance

Geographical area of Wakefield, West Yorkshire

II.2.4) Description of the procurement

The works will consist of Carriageway and Footway Surfacing Works together with other

associated works and/or Cold Planing, replacement of roadmarkings and road studs on both

highway and non-highway sites associated with those works, inclusive of the provision of

labour, supervision, materials (including waste),temporary works, plant, traffic

management, tipping, landfill tax and other charges, overhead charges and profit as well as

the general liabilities, obligations and risks arising out of the conditions of contract. The

locations will be within the administrative areas of City of Wakefield District Council - Lot 5.

The Contractor may price One, or More or All Lots. For the purposes of the Framework Agreement, all of the other Local Authorities

shall hereafter be defined as the "Contracting Authorities" for whom Kirklees Council will act

as the Contract Administrator in relation to the Framework Agreement.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £20,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The above duration is for an initial 24 months contract with the option to extend up to 24 months (12 months + 12 months)

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This Category is for Standard Allocation & Mini-Competitions

II.2) Description

II.2.1) Title

City of York Council - Surfacing and Planing Works Yorkshire Alliance Contract Category 1 KMCHS-429

Lot No

6

II.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads
  • 45233139 - Highway maintenance work
  • 45233141 - Road-maintenance works
  • 45233200 - Various surface works
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works

II.2.3) Place of performance

NUTS codes
  • UKE21 - York
Main site or place of performance

Geographical area of York, North Yorkshire

II.2.4) Description of the procurement

The works will consist of Carriageway and Footway Surfacing Works together with other

associated works and/or Cold Planing, replacement of roadmarkings and road studs on both

Page 20 to 36

highway and non-highway sites associated with those works, inclusive of the provision of

labour, supervision, materials (including waste),temporary works, plant, traffic

management, tipping, landfill tax and other charges, overhead charges and profit as well as

the general liabilities, obligations and risks arising out of the conditions of contract. The

locations will be within the administrative areas of City of York Council - Lot 6. The

Contractor may price One, or More or All Lots. For the purposes of the Framework Agreement, all of the other Local Authorities

shall hereafter be defined as the "Contracting Authorities" for whom Kirklees Council will act

as the Contract Administrator in relation to the Framework Agreement.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £4,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The above duration is for an initial 24 months contract with the option to extend up to 24 months (12 months + 12 months).

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This Category is for Standard Allocation & Mini-Competitions

II.2) Description

II.2.1) Title

The Council of the Borough of Kirklees - Surfacing and Planing Works Yorkshire Alliance Contract Category 2 KMCHS-429

Lot No

7

II.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads
  • 45233139 - Highway maintenance work
  • 45233141 - Road-maintenance works
  • 45233200 - Various surface works
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works

II.2.3) Place of performance

NUTS codes
  • UKE44 - Calderdale and Kirklees
Main site or place of performance

Geographical area of Kirklees, West Yorkshire

II.2.4) Description of the procurement

The works will consist of Carriageway and Footway Surfacing Works together with other

associated works and/or Cold Planing, replacement of roadmarkings and road studs on both

highway and non-highway sites associated with those works, inclusive of the provision of

labour, supervision, materials (including waste),temporary works, plant, traffic

management, tipping, landfill tax and other charges, overhead charges and profit as well as

the general liabilities, obligations and risks arising out of the conditions of contract. The

locations will be within the administrative areas of Kirklees Council - Lot 7. The Contractor may price One, or More or All Lots.

For the purposes of the Framework Agreement, all of the other Local Authorities shall

hereafter be defined as the "Contracting Authorities" for whom Kirklees Council will act as

the Contract Administrator in relation to the Framework Agreement.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Cost criterion - Name: Price / Weighting: 0

II.2.6) Estimated value

Value excluding VAT: £4,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The above duration is for an initial 24 months contract with the option to extend up to 24 months (12 months + 12 months).

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This Category is for Design & Build Mini-Competitions

II.2) Description

II.2.1) Title

City of Wakefield Metropolitan District Council - Surfacing and Planing Works Yorkshire Alliance Contract Category 2 KMCHS-429

Lot No

8

II.2.2) Additional CPV code(s)

  • 45233100 - Construction work for highways, roads
  • 45233139 - Highway maintenance work
  • 45233141 - Road-maintenance works
  • 45233200 - Various surface works
  • 45233222 - Paving and asphalting works
  • 45233223 - Carriageway resurfacing works
  • 45233251 - Resurfacing works

II.2.3) Place of performance

NUTS codes
  • UKE45 - Wakefield
Main site or place of performance

Geographical area of Wakefield, West Yorkshire

II.2.4) Description of the procurement

The works will consist of Carriageway and Footway Surfacing Works together with other

associated works and/or Cold Planing, replacement of roadmarkings and road studs on both

highway and non-highway sites associated with those works, inclusive of the provision of

labour, supervision, materials (including waste),temporary works, plant, traffic

management, tipping, landfill tax and other charges, overhead charges and profit as well as

the general liabilities, obligations and risks arising out of the conditions of contract. The

locations will be within the administrative areas of City of Wakefield District Council - Lot 8.

The Contractor may price One, or More or All Lots. For the purposes of the Framework Agreement, all of the other Local Authorities shall hereafter be defined as the "Contracting Authorities" for whom Kirklees Council will act

as the Contract Administrator in relation to the Framework Agreement.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 100

Cost criterion - Name: Price / Weighting: 0

II.2.6) Estimated value

Value excluding VAT: £10,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

The above duration is for an initial 24 months contract with the option to extend up to 24 months (12 months + 12 months).

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.14) Additional information

This Category is for Design & Build Mini-Competitions


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Tenderers must complete Section 4 of the Selection Questionnaire, responses to this Section 4 shall be primarily for information purposes only. However, all Applicants must supply one set of evidence to demonstrate financial standing as required under this Section4. Failure to supply any one of either (a) to (c) may result in exclusion. Any answers whichleads the Council, acting reasonably, to conclude (considering the risk that the relevant answer suggests about the Applicant's

ability to properly perform the Framework Agreement) that it would be inappropriate to select the Applicant on this occasion will result in exclusion.

If you have indicated that your parent or holding company is prepared to guarantee the performance of your Company, the information provided in response to 5.2 will be used in the financial assessment of the Applicant. In accordance with Regulations 57 to 61 of the Public Contract Regulations 2015, and as set out in the Selection Questionnaire available from the address as set out in Section (I.1) of this notice, the Contracting Authority reservesthe right to refuse any applicant's application and to exclude its tender from the evaluation inany of the circumstances as follows:-

(i) in in the event the completed Selection Questionnaire, supporting information and/or any other tender submissions are incomplete, inaccurate or misleading or otherwise not submitted in accordance with the requirements set out in the Selection n Questionnaire or any of the other Tender Documents; and/or; (ii)for any reason specified in Regulation 57 (Exclusion Grounds) of the Public Contracts Regulations 2015 , which requires or permits the Council not to select or to treat any Applicant as an ineligible economic operator; and/ or(iii) Tenderers scoring Fail in the Selection Questionnaire will not be selected for consideration of their tender submission.

Minimum level(s) of standards possibly required:

8 Insurance, 8.1 -Tenderers must self-certify that they 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 - £10,000,000.00, Public Liability Insurance -£10,000,000.00

Failure to indicate "yes" to 8.1 will result in exclusion

III.1.2) Economic and financial standing

List and brief description of selection criteria

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

List and brief description of selection criteria

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 15

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

27 February 2025

Local time

1:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

27 February 2025

Local time

1:05pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

N/A

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract or conclude a framework),Regulation 87 (Standstill periods) and Chapter 6 (Applications to Court) of the Public Contracts Regulations 2015 (SI 2015/102), the contracting authority incorporated a minimum ten (10) calendar day standstill period at the point that information on the award of the Contract was communicated to economic operators. This period allowed any unsuccessful economic operator(s) to seek further debriefing from the contracting authority before the award of the Contract to the successful economic operators. Such additional

information should be requested from the address at Sections I.1 and I.3 of this Notice above. If an appeal regarding the award of the Contract has not been successfully resolved, then the Public Contracts Regulations 2015 (SI 2015/102) 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). Any such action must be started within thirty

(30) days beginning with the date when the aggrieved party first knew or sought to have grounds for starting the proceedings had arisen. The Court may extend the time limited for starting proceedings where the Court considers that there is a good reason for doing so, but not so as to permit proceedings to be started more than three (3) months after that date.

Where the Contract has not been awarded, the Court may order the setting aside of the award decision or order the contracting authority to amend any document and may award damages. If however the Contract has been awarded, the Court may only award damages or, where the contract award procedures have not been followed correctly, declare the Contract to be ineffective.