Section one: Contracting authority
one.1) Name and addresses
Crescent Purchasing Limited
Procurement House, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 8000662188
Fax
+44 1612955599
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Dukefield Procurement Limited
Parkside House , 167 Chorley New Road
Bolton
BL1 4RA
steve.davies@dukefieldprocurement.co.uk
Telephone
+44 7966040564
Country
United Kingdom
NUTS code
UKD3 - Greater Manchester
Internet address(es)
Main address
http://www.dukefield.co.uk/about-us/
Buyer's address
http://www.dukefield.co.uk/about-us/
one.1) Name and addresses
Education
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
Telephone
+44 8000662188
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.1) Name and addresses
Public Sector
Procurement House, Unit 23 Leslie Hough Way
Salford
M6 6AJ
steve.davies@dukefieldprocurement.co.uk
Telephone
+44 7966040564
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
Buyer's address
one.2) Information about joint procurement
The contract involves joint procurement
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Communications Solutions
Reference number
CA10681 - CPC/DU/TELE/02
two.1.2) Main CPV code
- 32500000 - Telecommunications equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Framework will provide a comprehensive range of communications and telecommunications solutions. It is being established to meet the needs of Crescent Purchasing Consortium Members,http://www.thecpc.ac.uk/members/regions.php and potential members at https://www.get-information-schools.service.gov.uk/new. It is also open for use by all contracting authorities across the UK public sector (and any future successors). These include (but not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and registered Social Landlords. Full details of the classification of eligible end user organisations and geographical areas is available at
http://www.dukefieldprocurement.co.uk/fts-eligible-users
The Framework will be let across five Lots, with a maximum of 8 suppliers awarded a place on each of the Lots.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £90,000,000
two.2) Description
two.2.1) Title
Unified Communications and Telephony
Lot No
1
two.2.2) Additional CPV code(s)
- 64227000 - Integrated telecommunications services
- 50332000 - Telecommunications-infrastructure maintenance services
- 32581000 - Data-communications equipment
- 32570000 - Communications equipment
- 64210000 - Telephone and data transmission services
- 50334400 - Communications system maintenance services
- 64216000 - Electronic message and information services
- 48511000 - Desktop communications software package
- 50330000 - Maintenance services of telecommunications equipment
- 32550000 - Telephone equipment
- 64200000 - Telecommunications services
- 32500000 - Telecommunications equipment and supplies
- 32510000 - Wireless telecommunications system
- 32580000 - Data equipment
- 48219700 - Communications server software package
- 45314000 - Installation of telecommunications equipment
- 32524000 - Telecommunications system
- 32571000 - Communications infrastructure
- 51300000 - Installation services of communications equipment
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The will involve, amongst other aspects, the supply of communications software, hardware, installation, training and support of communications supplies, services and solutions whereby users can use a multitude of different devices such as physical phones, software on laptops, PC’s and apps on mobiles to make and receive calls via a telephony platform.
The Lot will provide the intelligent combining of voice, video, instant messaging, mobile voice and data, and other multimedia services in a bespoke way depending on the end users’ needs. This Lot will cover all encompassing solutions offering for example Desktop Agent/Supervisor, Contact Centre, Video Conferencing and Email/Text management functionality. It will also provide access to IP Telephony, Voice Over IP Services and Call Tariff Packages; encompassing the provision and support of IP solutions.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70.00%
Price - Weighting: 30.00%
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Network Connectivity
Lot No
2
two.2.2) Additional CPV code(s)
- 32412000 - Communications network
- 32550000 - Telephone equipment
- 50331000 - Repair and maintenance services of telecommunications lines
- 32500000 - Telecommunications equipment and supplies
- 32571000 - Communications infrastructure
- 48219700 - Communications server software package
- 64200000 - Telecommunications services
- 32510000 - Wireless telecommunications system
- 32400000 - Networks
- 32520000 - Telecommunications cable and equipment
- 45314000 - Installation of telecommunications equipment
- 32412100 - Telecommunications network
- 32572000 - Communications cable
- 32521000 - Telecommunications cable
- 50330000 - Maintenance services of telecommunications equipment
- 48511000 - Desktop communications software package
- 50332000 - Telecommunications-infrastructure maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
The supply, setup and support of networks and associated networking services. It addresses the supply and support of networks and associated networking services for the provision of managed connectivity for high bandwidth secure services and other communications and telecommunications requirements.
This Lot also encompasses but is not limited to, the provision and support of digital connections, network equipment and servers, along with associated support services within premises, and will include Managed LAN services and Wi-Fi.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70.00%
Price - Weighting: 30.00%
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Omni Channel/Multi Media Communications
Lot No
3
two.2.2) Additional CPV code(s)
- 32571000 - Communications infrastructure
- 32500000 - Telecommunications equipment and supplies
- 32572000 - Communications cable
- 64200000 - Telecommunications services
- 32510000 - Wireless telecommunications system
- 32412000 - Communications network
- 51300000 - Installation services of communications equipment
- 48511000 - Desktop communications software package
- 32524000 - Telecommunications system
- 64210000 - Telephone and data transmission services
- 50334400 - Communications system maintenance services
- 32522000 - Telecommunications equipment
- 48219700 - Communications server software package
- 32417000 - Multimedia networks
- 50332000 - Telecommunications-infrastructure maintenance services
- 32412100 - Telecommunications network
- 32250000 - Mobile telephones
- 45314000 - Installation of telecommunications equipment
- 32520000 - Telecommunications cable and equipment
- 32570000 - Communications equipment
- 64212000 - Mobile-telephone services
- 32573000 - Communications control system
- 32546100 - Digital switchboards
- 32523000 - Telecommunications facilities
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot provides access to a comprehensive suite of Omni Channel/multi-media communications solutions addressing, amongst other aspects, the following characteristics:
• Multi-media communications
• Workforce management
• Quality Assurance – User Experience Score Cards/Speech Analytics
• Enquiry Reporting and Measuring
• Customer Relationship Management Integration
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70.00%
Price - Weighting: 30.00%
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Mobile Communications
Lot No
4
two.2.2) Additional CPV code(s)
- 32250000 - Mobile telephones
- 32412100 - Telecommunications network
- 64210000 - Telephone and data transmission services
- 32581000 - Data-communications equipment
- 32510000 - Wireless telecommunications system
- 64212700 - Universal Mobile Telephone System (UMTS) services
- 50330000 - Maintenance services of telecommunications equipment
- 64200000 - Telecommunications services
- 32550000 - Telephone equipment
- 32412000 - Communications network
- 32546100 - Digital switchboards
- 50333000 - Maintenance services of radio-communications equipment
- 32570000 - Communications equipment
- 50332000 - Telecommunications-infrastructure maintenance services
- 32252100 - Hands-free mobile telephones
- 32252110 - Hands-free mobile telephones (wireless)
- 32522000 - Telecommunications equipment
- 32520000 - Telecommunications cable and equipment
- 32500000 - Telecommunications equipment and supplies
- 64212000 - Mobile-telephone services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot will provide access to all aspects of mobile communications and services by either Mobile Network Operators (MNOs) or Resellers - i.e., handsets, other devices, airtime - call time, data etc, and associated value added services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70.00%
Price - Weighting: 30.00%
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
National One-Stop-Shop
Lot No
5
two.2.2) Additional CPV code(s)
- 50334400 - Communications system maintenance services
- 48219700 - Communications server software package
- 32250000 - Mobile telephones
- 32510000 - Wireless telecommunications system
- 32412000 - Communications network
- 64210000 - Telephone and data transmission services
- 45314120 - Installation of switchboards
- 64216000 - Electronic message and information services
- 32412100 - Telecommunications network
- 32572000 - Communications cable
- 32252100 - Hands-free mobile telephones
- 50331000 - Repair and maintenance services of telecommunications lines
- 32520000 - Telecommunications cable and equipment
- 32571000 - Communications infrastructure
- 32573000 - Communications control system
- 45314000 - Installation of telecommunications equipment
- 32546100 - Digital switchboards
- 32580000 - Data equipment
- 50332000 - Telecommunications-infrastructure maintenance services
- 64212700 - Universal Mobile Telephone System (UMTS) services
- 32540000 - Switchboards
- 48511000 - Desktop communications software package
- 64212000 - Mobile-telephone services
- 32524000 - Telecommunications system
- 32523000 - Telecommunications facilities
- 32500000 - Telecommunications equipment and supplies
- 32400000 - Networks
- 32570000 - Communications equipment
- 32522000 - Telecommunications equipment
- 32550000 - Telephone equipment
- 32581000 - Data-communications equipment
- 50333000 - Maintenance services of radio-communications equipment
- 64200000 - Telecommunications services
- 32521000 - Telecommunications cable
- 50330000 - Maintenance services of telecommunications equipment
- 51300000 - Installation services of communications equipment
- 32252110 - Hands-free mobile telephones (wireless)
- 32543000 - Telephone switchboards
- 64227000 - Integrated telecommunications services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
United Kingdom
two.2.4) Description of the procurement
This Lot will provide access to the entire suite of communications solutions, supplies and services detailed within the scope of Lots 1, 2, 3 and 4 from a national one-stop-shop provision.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70.00%
Price - Weighting: 30.00%
two.2.11) Information about options
Options: Yes
Description of options
48 month(s) from the commencement date, with 36 initial month(s) and option to extend 1x12 month(s)
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-018193
Section five. Award of contract
Contract No
CA10681
Lot No
1
Title
Unified Communications and Telephony
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 December 2022
five.2.2) Information about tenders
Number of tenders received: 11
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Talk Straight Ltd
2-4 Dansk Way, Backstone Business Park
Leeds
LS29 7LG
Telephone
+44 1133222333
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Babble Cloud
Bury House, 31 Bury Street
London
EC3A 5AR
Telephone
+44 1273615600
Fax
+44 1273615605
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Clarion Communication Systems
London
W11 4BD
Telephone
+44 8456444585
Fax
+44 8456444585
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
GIGANET
6th floor, 33 Holborn
LONDON
EC1N 2HT
Telephone
+44 3454081212
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
Incom Business Systems Ltd
Clarendon House, Clarendon Road
Manchester
M30 9AL
Telephone
+44 1617880000
Fax
+44 1617884401
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
www.incom-business-systems.co.uk
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Southern Communications Corporate Solutions
No1 Croydon, 12-16 Addiscombe Road
Croydon
CR0 0XT
stuart.durnell@switchcomms.co.uk
Telephone
+44 2086040010
Fax
+44 2086040001
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
Tel Group Ltd
Virginia House, 56 Warwick Road
Solihull
B92 7HX
Telephone
+44 8006521900
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
Opus
1st Floor London Court, 39 London Road
Reigate
RH2 9AQ
Telephone
+44 2085457138
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
http://www.opus-telecoms.co.uk/contact/
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £15,000,000
Section five. Award of contract
Contract No
CA10681
Lot No
2
Title
Network Connectivity
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 December 2022
five.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
GIGANET
6th floor, 33 Holborn
LONDON
EC1N 2HT
Telephone
+44 3454081212
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
Babble Cloud
Bury House, 31 Bury Street
London
EC3A 5AR
Telephone
+44 1273615600
Fax
+44 1273615605
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Incom Business Systems Ltd
Clarendon House, Clarendon Road
Manchester
M30 9AL
Telephone
+44 1617880000
Fax
+44 1617884401
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
www.incom-business-systems.co.uk
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Tel Group Ltd
Virginia House, 56 Warwick Road
Solihull
B92 7HX
Telephone
+44 8006521900
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
Talk Straight Ltd
2-4 Dansk Way, Backstone Business Park
Leeds
LS29 7LG
Telephone
+44 1133222333
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
European Electronique
Forward House, Oakfields Industrial Estate
Eynsham
OX29 4TT
Telephone
+44 1614572178
Fax
+44 1865883371
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £15,000,000
Section five. Award of contract
Contract No
CA10681
Lot No
3
Title
Omni Channel/Multi Media Communications
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 December 2022
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
European Electronique
Forward House, Oakfields Industrial Estate
Eynsham
OX29 4TT
Telephone
+44 1614572178
Fax
+44 1865883371
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
Babble Cloud
Bury House, 31 Bury Street
London
EC3A 5AR
Telephone
+44 1273615600
Fax
+44 1273615605
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
POWER COMPUTING LIMITED
82a Singer Way, Woburn Industrial Estate
Kempston
MK42 7PU
Telephone
+44 1234851500
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
Opus
1st Floor London Court, 39 London Road
Reigate
RH2 9AQ
Telephone
+44 2085457138
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
http://www.opus-telecoms.co.uk/contact/
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £15,000,000
Section five. Award of contract
Contract No
CA10681
Lot No
4
Title
Mobile Communications
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 December 2022
five.2.2) Information about tenders
Number of tenders received: 6
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Opus
1st Floor London Court, 39 London Road
Reigate
RH2 9AQ
Telephone
+44 2085457138
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
http://www.opus-telecoms.co.uk/contact/
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Tel Group Ltd
Virginia House, 56 Warwick Road
Solihull
B92 7HX
Telephone
+44 8006521900
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
Babble Cloud
Bury House, 31 Bury Street
London
EC3A 5AR
Telephone
+44 1273615600
Fax
+44 1273615605
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
POWER COMPUTING LIMITED
82a Singer Way, Woburn Industrial Estate
Kempston
MK42 7PU
Telephone
+44 1234851500
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
Southern Communications Corporate Solutions
No1 Croydon, 12-16 Addiscombe Road
Croydon
CR0 0XT
stuart.durnell@switchcomms.co.uk
Telephone
+44 2086040010
Fax
+44 2086040001
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
European Electronique
Forward House, Oakfields Industrial Estate
Eynsham
OX29 4TT
Telephone
+44 1614572178
Fax
+44 1865883371
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £15,000,000
Section five. Award of contract
Contract No
CA10681
Lot No
5
Title
National One-Stop-Shop
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 December 2022
five.2.2) Information about tenders
Number of tenders received: 2
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
European Electronique
Forward House, Oakfields Industrial Estate
Eynsham
OX29 4TT
Telephone
+44 1614572178
Fax
+44 1865883371
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
No
five.2.3) Name and address of the contractor
Babble Cloud
Bury House, 31 Bury Street
London
EC3A 5AR
Telephone
+44 1273615600
Fax
+44 1273615605
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £30,000,000
Section six. Complementary information
six.3) Additional information
CPC Internal Reference Number is CPC/DU/TELE/02. The framework is being delivered by Crescent Purchasing Ltd through Crescent Purchasing Consortium and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Procurement Ltd are acting as agents of Crescent Purchasing Consortium in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering system to conduct the procurement exercise. To access the procurement documentation suppliers must register their company details on the
Sourcing Cloud system at:
https://suppliers.multiquote.com
the tender is available from the opportunities menu on the login page of the site.
The contracting authority shall not be under any obligation to accept the lowest tender or indeed any tender. Crescent Purchasing Consortium expressly reserves the rights:
(a) to terminate the procurement process and not to award any contract as a result of the procurement process at any time;
(b) to make whatever changes it may see fit to the content and structure of the procurement as detailed within the tender documentation;
(c) to award a contract covering only part of the consortium's requirements if explicitly detailed within the tender documentation;
(d) to disqualify any organisation from the process that canvasses any employee of the Contracting Authority during the procurement process or standstill period if applicable;
(e) seek clarifications to tender responses on the basis that any clarification sought will not confer any undue competitive advantage in the favour of any supplier from whom such clarifications are being sought;
(f) where the contracting authority can evidence that there is a conflict of interest, either personal or in consideration of any organisation bidding for the contract, the contracting authority shall have the explicit right to immediately exclude that person or organisation from the tender process entirely;
(g) where the contracting authority has engaged in any pre-market soft testing prior to the commencement of the procurement process, the contracting authority reserves the right to
name any organisation that has been involved in these discussions and release any and all specifications/discussion documents to the market where appropriate to the subject matter of this procurement;
(h) the contracting authority will not be liable for any costs incurred by tenderers;
(i) the value of the framework provided in section II.1.5) is only an estimate and the contracting authority will not guarantee any business through this framework agreement;
and
(j) the contracting authority wishes to establish a framework agreement open for use by all Public Sector Bodies as stated in II.1.4).
Tenderers should note, in reference to section IV.1.3), envisaged maximum number of participants to the framework:
Where, following the evaluation of bids, more than one tenderer on a Lot is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the Lot in question for the purpose of calculating the maximum number of suppliers under the framework.
The contracting authority will award a framework agreement to additional tenderers on a particular Lot beyond the stated maximum number for that Lot, where their final evaluation score (s) is within 0.5% of the last placed position only on the particular Lot. For the avoidance of doubt, the last placed position in respect of this framework on each lot is eighth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position on a lot, shall be deemed to occupy the last framework agreement contract award position for that particular lot.
six.4) Procedures for review
six.4.1) Review body
Crescent Purchasing Consortium
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Crescent Purchasing Consortium
Procurement House, Unit 23, Leslie Hough Way
Salford
M6 6AJ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Crescent Purchasing Consortium will incorporate a minimum 10-day standstill period at the point
information on the award of contract is communicated to tenderers. Bidders who are
unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision is made as to the reasons why the bidder was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, the Public Procurement Regulations provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and
Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers, or otherwise within 6 months of the contract being entered into.
Where a contract has not been entered into, 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 the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the
Contracting Authority to pay a fine, and/or order that the duration of the contract the shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.
six.4.4) Service from which information about the review procedure may be obtained
Crescent Purchasing Consortium
Procurement House, Unit 23 Leslie Hough Way, Salford, Greater Manchester
Manchester
M6 6AJ
Telephone
+44 8000662188
Country
United Kingdom