Standard Home Care Services Tender – Derby
The council is requesting bids for service providers to be awarded a place on a framework to provide Standard Home Care (domiciliary care) Services.
United Kingdom-Derby: Health and social work services
2020/S 249-622758
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: Council House, Corporation Street
Town: Derby
NUTS code: UKF11 Derby
Postal code: DE1 2FS
Country: United Kingdom
Contact person: Mr Stephen Cotterill
E-mail: procurement@derby.gov.uk
Telephone: +44 1332640768
Internet address(es):
Main address: http://www.derby.gov.uk/
Address of the buyer profile: http://www.derby.gov.uk/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
TD1526 — Framework for Standard Home Care Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Council is requesting bids for Service Providers to be awarded a place on a framework to provide Standard Home Care (domiciliary care) Services.
Customers of Home Care Services will:
• Be residents of Derby City
• Be over the age of 18 years
• Have eligible care or support needs as defined by the Council
• Require Home Care as defined above
Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home.
Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive):
• Physical disability or frailty,
• Learning disability
• Mental Health
• Sensory Disabilities and/or Communication needs
• Dementia or other cognitive difficulties
Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care.
The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter.
Tenderers must have Care Quality Commission rating above ‘Inadequate’ in place for the delivery of personal care to be able to bid.
Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is ‘Inadequate’, then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council.
Value
The potential framework value is £62,706,904.62 over four years.
Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework.
Framework Lots
The framework is split into four geographical Lots.
The Council intends to appoint the following number of Service Providers in each of the following Lots:
Lot 1 – Central Locality = Three Service Providers
Lot 2 – West Locality = Four Service Providers
Lot 3 – East Locality = Three Service Providers
Lot 4 – South Locality = Three Service Providers
A Tenderer MUST state what Lots it is bidding for and their Lot preference.
A Tenderer can bid for all four Lots or any number of Lots.
A Tenderer can only be awarded a maximum of two Lots.
The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document.
Framework Operation
The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc.
There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot.
Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot.
The initial Framework Term is two years. The maximum framework term is four years.
Fees
The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT.
Framework start date is 1st June 2021. (initial term is 2 years plus possible extension of a further two years).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1: Central Locality
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
City of Derby.
II.2.4)Description of the procurement:
Overview of Requirement
Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows:
“These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits.”
Customers of Home Care Services will:
• Be residents of Derby City
• Be over the age of 18 years
• Have eligible care or support needs as defined by the Council
• Require Home Care as defined above
Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home.
Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive):
• Physical disability or frailty,
• Learning disability
• Mental Health
• Sensory Disabilities and/or Communication needs
• Dementia or other cognitive difficulties
Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care.
The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter.
Tenderers must have Care Quality Commission rating above ‘Inadequate’ in place for the delivery of personal care to be able to bid.
Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is ‘Inadequate’, then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council.
Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework.
The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement
Fees
The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT.
TUPE
The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity.
Other
Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document.
For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof).
Contract awards will be via a competitive competition process or direct award.
Further details are provided in the tender document.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
For a period or periods up to 2 years.
II.2.10)Information about variants
II.2.11)Information about options
For a period or periods up to 2 further years.
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2 – West Locality
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
City of Derby
II.2.4)Description of the procurement:
Overview of Requirement
Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows:
“These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits.”
Customers of Home Care Services will:
• Be residents of Derby City
• Be over the age of 18 years
• Have eligible care or support needs as defined by the Council
• Require Home Care as defined above
Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home.
Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive):
• Physical disability or frailty,
• Learning disability
• Mental Health
• Sensory Disabilities and/or Communication needs
• Dementia or other cognitive difficulties
Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care.
The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter.
Tenderers must have Care Quality Commission rating above ‘Inadequate’ in place for the delivery of personal care to be able to bid.
Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is ‘Inadequate’, then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council.
Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework.
The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement
Fees
The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT.
TUPE
The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity.
Other
Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document.
For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof).
Contract awards will be via a competitive competition process or direct award.
Further details are provided in the tender document.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
For a period or periods up to two further years.
II.2.10)Information about variants
II.2.11)Information about options
For a period or periods up to two further years.
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3 – East Locality
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
City of Derby
II.2.4)Description of the procurement:
Overview of Requirement
Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows:
“These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits.”
Customers of Home Care Services will:
• Be residents of Derby City
• Be over the age of 18 years
• Have eligible care or support needs as defined by the Council
• Require Home Care as defined above
Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home.
Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive):
• Physical disability or frailty,
• Learning disability
• Mental Health
• Sensory Disabilities and/or Communication needs
• Dementia or other cognitive difficulties
Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care.
The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter.
Tenderers must have Care Quality Commission rating above ‘Inadequate’ in place for the delivery of personal care to be able to bid.
Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is ‘Inadequate’, then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council.
Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework.
The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement
Fees
The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT.
TUPE
The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity.
Other
Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document.
For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof).
Contract awards will be via a competitive competition process or direct award.
Further details are provided in the tender document.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
For a period or periods up to two further years.
II.2.10)Information about variants
II.2.11)Information about options
For a period or periods up to two further years.
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4 – South Locality
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
City of Derby
II.2.4)Description of the procurement:
Overview of Requirement
Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows:
“These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits.”
Customers of Home Care Services will:
• Be residents of Derby City
• Be over the age of 18 years
• Have eligible care or support needs as defined by the Council
• Require Home Care as defined above
Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home.
Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive):
• Physical disability or frailty,
• Learning disability
• Mental Health
• Sensory Disabilities and/or Communication needs
• Dementia or other cognitive difficulties
Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care.
The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter.
Tenderers must have Care Quality Commission rating above ‘Inadequate’ in place for the delivery of personal care to be able to bid.
Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is ‘Inadequate’, then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council.
Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework.
The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement
Fees
The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT.
TUPE
The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity.
Other
Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document.
For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof).
Contract awards will be via a competitive competition process or direct award.
Further details are provided in the tender document.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
For a period or periods up to two further years.
II.2.10)Information about variants
II.2.11)Information about options
For a period or periods up to two further years.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Selection criteria as stated in the procurement documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
Selection criteria as stated in the procurement documents.
III.2.2)Contract performance conditions:
Conditions relating to environmental and social requirements of the contracting authority may be included in this contract. The details are to be provided in the procurement documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
NA
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The Council is requesting bids for Service Providers to be awarded a place on a framework to provide Standard Home Care (domiciliary care) Services.
Overview of Requirement
Standard Home Care Definition: The Care Quality Commission (CQC) definition of Home Care and Support are as follows:
“These services provide personal care for people living in their own homes. The needs of people using the services may vary greatly, but packages of care are designed to meet individual circumstances. The person is visited at various times of the day or, in some cases, care is provided over a full 24-hour period. Where care is provided intermittently throughout the day the person may live independently of any continuous support or care between visits.”
Customers of Home Care Services will:
• Be residents of Derby City
• Be over the age of 18 years
• Have eligible care or support needs as defined by the Council
• Require Home Care as defined above
Customers may have complex and multiple support needs. Service Providers will need to develop personalised Support Plans that identify clear and quantifiable ways that they will support Customers to achieve their individual outcomes and remain independent in their own home.
Customers that will require this Service will have a wide range of needs that may include one or a combination of the following broad headings (please note this list is not exhaustive):
• Physical disability or frailty,
• Learning disability
• Mental Health
• Sensory Disabilities and/or Communication needs
• Dementia or other cognitive difficulties
Tenderers must have Care Quality Commission (CQC) registration in place for the delivery of personal care.
The Service Provider will also be required to be registered with the CQC to be able to deliver personal care in the City of Derby. Successful Service Providers not already registered to do this, will be required to apply to be registered to do this within a month of receiving the framework award letter.
Tenderers must have Care Quality Commission rating above ‘Inadequate’ in place for the delivery of personal care to be able to bid.
Where a Tenderer is waiting for a rating from the CQC for the delivery of personal care from the CQC, they can still submit a bid. If subsequently the rating is ‘Inadequate’, then the service Provider will be required to provide an action plan that is satisfactory to the Council that will address all the concerns raised by the CQC within a timescale agreed with the Council.
Value
The potential framework value is £62,706,904.62 over four years.
Contract Opportunities will only initially be for new Service requirements (care packages). The Council also reserves the right to review existing care packages and put these out as a Contract Opportunity under this Framework.
The advertised contract value takes into account the possibility of reviewing and putting existing care packages out as Contract Opportunities, but there is no guarantee this will happen. Therefore, no guarantee of business value or volume can be given. Service Providers will have to form their own views as to the potential for such an arrangement.
Framework Lots
The framework is split into four geographical Lots.
The Council intends to appoint the following number of Service Providers in each of the following Lots:
Lot 1 – Central Locality = Three Service Providers (Value £14,926,587.15)
Lot 2 – West Locality = Four Service Providers (Value £15,985,354.10)
Lot 3 – East Locality = Three Service Providers (Value £14,150,640.14)
Lot 4 – South Locality = Three Service Providers (Value £17,644,323.24)
A Tenderer MUST state what Lots it is bidding for and their Lot preference.
A Tenderer can bid for all four Lots or any number of Lots.
A Tenderer can only be awarded a maximum of two Lots.
Scores will be the same for Tenderers across all the Lots they bid for, though ranking might be different in different Lots if all Tenderers do not bid for all Lots.
The Council also reserves the right to appoint fewer than the required number of Service Providers in each Lot, where each Tenderer has been awarded the maximum of two Lots and there are no other options to allocate a Service Provider to a particular Lot.
The process for deciding how Lots are allocated to successful Tenderers is described further in the ITT document.
Framework Operation
The Council reserves the right to open a Lot or Lots and run a open competitive tendering process to replace existing Framework Service Provider due to failure/poor performance/material breaches etc.
There will also be the option of opening up a Lot or Lots to add an additional Service Provider where there are capacity issues within that Lot.
Further to the points above there will still be the rule that a Service Provider can only be awarded two Lots, so if a provider on this Framework already has two Lots, they will not be able to bid for an additional Lot.
The initial Framework Term is two years. The maximum framework term is four years.
Fees
The Council has a set a maximum hourly rate for the provision of Home Care services as part of its Fee structure. Tenderers must confirm that they accept this Fee structure as part of their Tender response. Details are in the ITT.
TUPE
The initial tendering of this Framework does not give rise to the Transfer of Undertakings (Protection of Employment) 2006 Regulations, as no existing work is being transferred. However where existing care packages are reviewed and put out as a Contract Opportunity then TUPE may be considered in each relevant Contract Opportunity.
Other
Tenderers must meet the minimum requirements of the main suitability questionnaire as detailed in Section 4.3 of the ITT Document.
For clarity, the procurement process adopted by the Councils has been developed in accordance with Regulation 76 of the regulations and in particular in accordance with the fundamental public procurement principles of transparency and equal treatment. For the avoidance of doubt this means that the Council has not adopted an open procedure, framework (as defined in the regulations) for the undertaking of this procurement process. The Council will be permitted to use the Framework in a number of ways (in accordance with the Light Touch Regime (Regulation s74 to 77) of the Public Contracts Regulations 2015 and any subsequent amendment or re-enactment thereof).
Contract awards will be via a competitive competition process or direct award.
Further details are provided in the tender document.
VI.4.1)Review body
Postal address: Council House, Corporation Street
Town: Derby
Postal code: DE1 2FS
Country: United Kingdom
VI.4.3)Review procedure
The contracting authority will incorporate a minimum 10 calendar days standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to tenderers of the award decision. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from the contact details provided in section I.1) of this notice. If an appeal regarding the award of a contract has not been successfully resolved 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). Any such action must be brought promptly (generally within3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages. The purpose of the standstill period referred to above is to allow parties to apply to the courts to set aside the award decision before the contract is entered into.
VI.5)Date of dispatch of this notice: