loading
  • GB-ML1 1AB Motherwell
  • 23.10.2017
  • Ausschreibung
  • (ID 2-278745)

Water Quality Control 2018-2022.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 23.10.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    This procurement exercise is to establish a contract for future provision of Inspection of Water Systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. Under the Health and Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems.
    Leistungsumfang
    The following information is intended as an overview and should assist Candidates in making an informed decision as to whether to submit a completed ESPD for this provision. This is not a specification of requirements and Candidates are not requested to provide proposals for a solution at this stage. A full and detailed specification of requirements shall be provided within the ITT, which shall be issued to shortlisted Candidates.
    The Council is looking to appoint a suitably qualified contractor to undertake Inspection of Water Systems within the Councils Housing Property portfolio. Under the Health and Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems.
    Lot 2 — Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Housing Property portfolio. Award of this lot on the basis of MEAT, the evaluation of a combination of Service Providers rates and quality questions. Anticipated upper limit of spend to be potentially routed thought this lot circa 1 120 000 GBP.
    The works will be subject to a priority coding system as follows:
    commenced within 3 hours outwith normal hours and completed as soon as practical;
    commenced within 3 hours within normal working hours and completed as soon as practical;
    completed within 3 working days;
    completed within 7 working days;
    completed within 20 working days; and
    Start and finish dates to be set on Order.
    The contract will include analytical sampling for chemicals and bacteria including Legionella as well as the monitoring, inspection and testing of water systems which includes a water quality management service carrying out risk assessments to identify potential risk areas and establish a programme of work to manage the risks. Visits will be carried out as instructed by Housing Property and will include but are not limited to determining current location of storage tanks, pipework systems and mains supply, measure and inspect storage tanks, cleaning and disinfecting, pipework systems and mains supply, obtaining water samples and submitting to analyst, obtaining test certificates when requested for bacterial, chemical, lead and legionella analysis, prepare schematic for all site water systems upon request, provide site log books which shall contain details of the systems including results of risk assessments, information relating to temperature, inspections, sampling results and treatments, service records of visits, management systems protocols relating to the site system, chlorine dosing systems, upgrading storage tanks and servicing of thermostatic mixing valves and recording of temperatures where required within the geographical boundaries of the North Lanarkshire Council area.
    The contract will be governed by JCT Conditions MTC/Scotland as amended by the Employer. Full details to be set out within the ITT.
    Candidates should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (‘TUPE’) may apply to this contract. Full details to be set out within the ITT.
    Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract.
    As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering a contract of this nature i.e. high volume of orders, prioritised orders, etc.
    Adresse des Bauherren UK-ML1 1AB Motherwell
    TED Dokumenten-Nr. 375246-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Motherwell: Repair and maintenance services of water meters

      2017/S 183-375246

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      North Lanarkshire Council
      Civic Centre, Windmillhill Street
      Motherwell
      ML1 1AB
      United Kingdom
      Telephone: +44 1698403950
      E-mail: 
      MTlqa1xuWGlrZ1g3ZWZpa19jWGUlXmZtJWxi
      NUTS code: UKM84

      Internet address(es):

      Main address: http://www.northlanarkshire.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk
      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:

       

      Water Quality Control 2018-2022.

       

      Reference number: CPT-KJ-CPAP-17-320
      II.1.2)Main CPV code
      50411100
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      This procurement exercise is to establish a contract for future provision of Inspection of Water Systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. Under the Health and Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems.

       

      II.1.5)Estimated total value
      Value excluding VAT: 1 920 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for maximum number of lots: 2
      II.2)Description
      II.2.1)Title:

       

      Lot 1 — Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Corporate Property portfolio

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      50411100
      51514110
      71630000
      71631000
      II.2.3)Place of performance
      NUTS code: UKM84
      II.2.4)Description of the procurement:

       

      The following information is intended as an overview and should assist Candidates in making an informed decision as to whether to submit a completed ESPD for this provision. This is not a specification of requirements and Candidates are not requested to provide proposals for a solution at this stage. A full and detailed specification of requirements shall be provided within the ITT, which shall be issued to shortlisted Candidates.

      The Council is looking to appoint a suitably qualified contractor to undertake Inspection of Water Systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Under the Health and Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems.

      Lot 1 — Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Award of this lot on the basis of MEAT, the evaluation of a combination of Service Providers rates and quality questions. Anticipated upper limit of spend to be potentially routed thought this lot circa 800 000 GBP.

      The works will be subject to a priority coding system as follows:

      commenced within 3 hours outwith normal hours and completed as soon as practical;

      commenced within 3 hours within normal working hours and completed as soon as practical;

      completed within 3 working days;

      completed within 7 working days;

      completed within 20 working days; and

      Start and finish dates to be set on Order.

      The contract will include analytical sampling for chemicals and bacteria including Legionella as well as the monitoring, inspection and testing of water systems which includes a water quality management service carrying out risk assessments to identify potential risk areas and establish a programme of work to manage the risks. Visits will be visited on a monthly, 3 monthly, 6 monthly and annual basis in accordance with the Approved L8 Code of Practice to carry out specified works which include but are not limited to determining current location of storage tanks, pipework systems and mains supply, measure and inspect storage tanks, cleaning and disinfecting, pipework systems and mains supply, obtaining water samples and submitting to analyst, obtaining test certificates when requested for bacterial, chemical, lead and legionella analysis, prepare schematic for all site water systems upon request, provide site log books which shall contain details of the systems including results of risk assessments, information relating to temperature, inspections, sampling results and treatments, service records of visits, management systems protocols relating to the site system, chlorine dosing systems, upgrading storage tanks and servicing of thermostatic mixing valves and recording of temperatures where required within the geographical boundaries of the North Lanarkshire Council area.

      The contract will be governed by JCT Conditions MTC/Scotland as amended by the Employer. Full details to be set out within the ITT.

      Candidates should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (‘TUPE’) may apply to this contract. Full details to be set out within the ITT.

      Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract.

      As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering a contract of this nature i.e. high volume of orders, prioritised orders, etc.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 40
      Price - Weighting: 60
      II.2.6)Estimated value
      Value excluding VAT: 800 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

       

      Candidates must pass the minimum standards sections of the ESPD (Scotland) Part III (A, B, C and D) and Part IV (A, B and C and D). Part IV C contains a weighted question which will be used to rank Candidates. Candidates that meet all the minimum selection criteria and are ranked in the top five (5) will be invited to tender. Where there is a tie for fifth place, all those Candidates tied in fifth place will be invited to tender.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      II.2)Description
      II.2.1)Title:

       

      Lot 2 — Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Housing Property portfolio

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      50411100
      51514110
      71630000
      71631000
      II.2.3)Place of performance
      NUTS code: UKM84
      II.2.4)Description of the procurement:

       

      The following information is intended as an overview and should assist Candidates in making an informed decision as to whether to submit a completed ESPD for this provision. This is not a specification of requirements and Candidates are not requested to provide proposals for a solution at this stage. A full and detailed specification of requirements shall be provided within the ITT, which shall be issued to shortlisted Candidates.

      The Council is looking to appoint a suitably qualified contractor to undertake Inspection of Water Systems within the Councils Housing Property portfolio. Under the Health and Safety at Work Act North Lanarkshire Council has a statutory requirement for control of Legionella and maintenance of systems.

      Lot 2 — Monitoring and analytical sampling for chemicals and bacteria including Legionella of water systems within the Councils Housing Property portfolio. Award of this lot on the basis of MEAT, the evaluation of a combination of Service Providers rates and quality questions. Anticipated upper limit of spend to be potentially routed thought this lot circa 1 120 000 GBP.

      The works will be subject to a priority coding system as follows:

      commenced within 3 hours outwith normal hours and completed as soon as practical;

      commenced within 3 hours within normal working hours and completed as soon as practical;

      completed within 3 working days;

      completed within 7 working days;

      completed within 20 working days; and

      Start and finish dates to be set on Order.

      The contract will include analytical sampling for chemicals and bacteria including Legionella as well as the monitoring, inspection and testing of water systems which includes a water quality management service carrying out risk assessments to identify potential risk areas and establish a programme of work to manage the risks. Visits will be carried out as instructed by Housing Property and will include but are not limited to determining current location of storage tanks, pipework systems and mains supply, measure and inspect storage tanks, cleaning and disinfecting, pipework systems and mains supply, obtaining water samples and submitting to analyst, obtaining test certificates when requested for bacterial, chemical, lead and legionella analysis, prepare schematic for all site water systems upon request, provide site log books which shall contain details of the systems including results of risk assessments, information relating to temperature, inspections, sampling results and treatments, service records of visits, management systems protocols relating to the site system, chlorine dosing systems, upgrading storage tanks and servicing of thermostatic mixing valves and recording of temperatures where required within the geographical boundaries of the North Lanarkshire Council area.

      The contract will be governed by JCT Conditions MTC/Scotland as amended by the Employer. Full details to be set out within the ITT.

      Candidates should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (‘TUPE’) may apply to this contract. Full details to be set out within the ITT.

      Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract.

      As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering a contract of this nature i.e. high volume of orders, prioritised orders, etc.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 40
      Price - Weighting: 60
      II.2.6)Estimated value
      Value excluding VAT: 1 120 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

       

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      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:

       

      4A.1 — If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

      The Bidder response to this question will be evaluated as follows:

      Pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.1)

      Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.1).

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      4B.1.2 — Bidders will be required to have an average yearly turnover of a minimum of 200 000 GBP for the last 3 years for Lot 1. Bidders will be required to have an average yearly turnover of a minimum of 280 000 GBP for the last 3 years for Lot 2.

      Note, if bidding for both lots, Bidders will be required to have an average yearly turnover of a minimum of 480 000 GBP for the last 3 years.

      4B.5.1 — It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

      Employer's (Compulsory) Liability Insurance = 10 000 000 GBP each and every claim and in the annual aggregate.

      4B.5.2 — It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

      Public Liability Insurance = 10 000 000 GBP each and every claim and in the annual aggregate.

      4B.6 — Concerning any other economic or financial requirements, the bidder declares that: It has an Equifax Score Check Grade of E- or above.

      It is recommended that Bidders review their own Equifax Score Check Grade in advance of returning their Bidders Submission. If, following this review, Bidders consider that the Equifax Score Check Grade does not reflect their current financial status; the Bidder should give a detailed explanation in response to question 4B.6, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Bidder's financial status.

      Where the Bidder is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade or equivalent rating, they must provide their audited financial accounts for the previous 2 years as part of their Bidders Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this size. This assessment will consider whether or not the there is any significant financial risk identified.

       

      Minimum level(s) of standards possibly required:

       

      The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:

      Pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.2)

      Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.2).

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Technical and professional ability will be scored by an evaluation panel; Bidders must achieve a minimum average score of 50 marks for question 4C.1.2 in order to pass this question; if the average minimum score is below 50 marks this will be deemed a failure to meet the Council's minimum standards for technical and professional Ability.

      4C.1.2 — Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

      This question carries an overall weighting of 100 %.

      4C.6 — Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Certificate of member to Legionella Control Association.

      4C.10 — Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

      Response to 4C.10 will not be evaluated.

       

      Minimum level(s) of standards possibly required:

       

      The scoring rationale of the evaluation panel for question 4C.1.2 is as follows:

      Score — Definition

      100 — Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion.

      90 — Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of what is required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area.

      80 — Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high level of detail as to their capacity/ability/experience in this area.

      70 — Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and provides evidence of a reliable level of capacity/ability/experience in this area.

      60 — Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory depth but evidence of capacity/ability/experience in this area could have been more detailed.

      50 — Response is at least 50 % relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail of evidence of capacity/ability/experience in this area.

      40 — Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas.

      30 — Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited evidence as to the candidate's capacity/ability/experience in this area.

      20 — Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate's capacity/ability/experience in this area.

      10 — Response demonstrates little evidence of the candidate's understanding or explanation of the candidate's capacity/ability/experience in this area.

      0 — Nil or irrelevant response.

      4C.6 — The Bidder response to this question will be evaluated as follows:

      Pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.3)

      Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.3)

      4C.10 — If the bidder has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part then a separate ESPD for such subcontractors must be completed for sections:

      Part II Information concerning the bidder

      A: Information about the bidder

      B: Information about representatives of the bidder

      Part III Exclusions Grounds

      A: Grounds Relating to Criminal Convictions

      B: Grounds Relating to the payment of taxes or social security contributions

      C: Blacklisting

      D: Grounds Relating to insolvency, conflicts of interests or professional misconduct

      Part IV Selection Criteria (only the sections that the entity is being relied upon).

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      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.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 23/10/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 10/11/2017
      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: 5 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Economic operators must meet Council's minimum requirements stated in this Contract Notice, else their proposal will be rejected.

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

      The council reserves the right before moving from selection stage to award stage to request candidates produce supporting documentary evidence or certificates referenced in their ESPD response. In any case, these must be provided prior to contract award.

      Tenderers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      ESPD Part IV Selection Criteria, Section D: Quality Assurance Schemes and Environmental Management Standards

      Bidders must respond to ESPD Questions 4D.1 and 4D.2.

      The Bidder response to these questions for Quality Assurance Schemes and Environmental Management Standards will be evaluated as follows:

      Pass = response is compliant with the minimum requirement stated in the Contract Notice section VI.3 (Additional Information) specifically the Quality Assurance Schemes and Environmental Management Standards).

      Fail = response is not compliant with the minimum requirement stated in the Contract Notice section VI.3 (Additional Information) specifically the Quality Assurance Schemes and Environmental Management Standards).

      For a detailed breakdown of the standard statements applicable to ESPD Questions 4D.1 and 4D.2, please refer to document ‘VI.3 Additional Information — Part 4D1 & 2’, contained within the Buyers Attachment area of PCS-T.

      The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is project_9203. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      The Contractor and its supply chain will be required to actively participate in the achievement of social, environmental and/or sustainability policy objectives relating to local regeneration, social and economic growth, recruitment, employment and training and supply chain initiatives.

      The Contractor will be required to provide access to opportunities for SME's wherever possible and will advertise all subcontract opportunities linked to the contract using the Public Contracts Scotland Portal.

      The Contractor will be required to ensure that all subcontractors advertise all their subcontracts as described above. In addition, they will be required to identify and provide access to opportunities linked to the contract to social enterprises wherever possible.

      Where job vacancies related to the contract arise within the Contractor's organisation, they will be required wherever possible and appropriate, to provide access to employment and training opportunities aimed specifically at unemployed individuals and to use all reasonable endeavours to fill those posts with such persons. The Contractor should also link in where possible and appropriate to school, student, graduate and other work experience programmes.

      A Method Statement as to how tenderers will achieve community benefits will be required as part of the tender documentation which will be issued to all shortlisted tenderers.

      (SC Ref:512791).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      North Lanarkshire Council
      Civic Centre, Windmillhill Street
      Motherwell
      ML1 1AB
      United Kingdom
      Telephone: +44 1698302222
      Fax: +44 1698275125

      Internet address:http://www.northlanarkshire.gov.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      The Council will incorporate a minimum of 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      21/09/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 25.09.2017
Zuletzt aktualisiert 25.09.2017
Wettbewerbs-ID 2-278745 Status Kostenpflichtig
Seitenaufrufe 44