Construction Contract Leads
Yorkshire and the Humber
Category Works
Type
No. of Lots 8
Status Active
Published 28th Jan 2025
Reference | ocds-h6vhtk-04d6c5 |
Common Procurement Vocabulary | Construction work for highways, roads |
Procurement Method | Open procedure |
Value | £96,000,000 |
Yorkshire and the Humber
Category Works
Type
No. of Lots 8
Status Active
Published 28th Jan 2025
Reference | ocds-h6vhtk-04d6c5 |
Common Procurement Vocabulary | Construction work for highways, roads |
Procurement Method | Open 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
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
I.1) Name and addresses
Leeds City Council
Civic Hall, Calverley Street
Leeds
LS1 1UR
Contact
Tom Widdop
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
I.1) Name and addresses
City of Bradford Metropolitan District Council
City Hall, Channing Way
Bradford
BD1 1HY
Contact
Tom Widdop
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
I.1) Name and addresses
The City of Wakefield Metropolitan District Council
Town Hall, Wood Street
Wakefield
WF1 2HQ
Contact
Tom Widdop
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
I.1) Name and addresses
The Borough of Calderdale Council
Town Hall, Crossley Street
Halifax
WF1 2HQ
Contact
Tom Widdop
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
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
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.