Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Country
United Kingdom
NUTS code
UKM84 - North Lanarkshire
Internet address(es)
Main address
http://www.northlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned 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
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
North Lanarkshire Council – Enterprise Strategic Commercial Partnership
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
North Lanarkshire Council (the Council) has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. The Council aims to implement its vision that enables inclusive economic growth and prosperity through an ambitious programme of regeneration and infrastructure investment.
The Council is seeking a private sector partner (the Commercial Partner or PSP) to create a long term strategic commercial place shaping partnership to provide an innovative new approach to the delivery of a full range of interconnected property, community asset and infrastructure investment to support its ambitions to revitalise its communities.
Due to the complex nature of the requirement, the Council will be using the competitive dialogue procedure for this procurement.
two.1.5) Estimated total value
Value excluding VAT: £5,737,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71334000 - Mechanical and electrical engineering services
- 70110000 - Development services of real estate
- 70112000 - Development of non-residential real estate
- 70120000 - Buying and selling of real estate
- 70210000 - Residential property renting or leasing services
- 70220000 - Non-residential property renting or leasing services
- 70310000 - Building rental or sale services
- 70320000 - Land rental or sale services
- 70330000 - Property management services of real estate on a fee or contract basis
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71310000 - Consultative engineering and construction services
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
- 71313000 - Environmental engineering consultancy services
- 71314000 - Energy and related services
- 71315000 - Building services
- 71317000 - Hazard protection and control consultancy services
- 71320000 - Engineering design services
- 71324000 - Quantity surveying services
- 71330000 - Miscellaneous engineering services
- 71340000 - Integrated engineering services
- 71410000 - Urban planning services
- 71420000 - Landscape architectural services
- 71500000 - Construction-related services
- 71510000 - Site-investigation services
- 71520000 - Construction supervision services
- 71530000 - Construction consultancy services
- 71540000 - Construction management services
- 71630000 - Technical inspection and testing services
- 71700000 - Monitoring and control services
- 72224000 - Project management consultancy services
- 79410000 - Business and management consultancy services
- 79996000 - Business organisation services
- 79993000 - Building and facilities management services
- 90700000 - Environmental services
- 79100000 - Legal services
- 48000000 - Software package and information systems
- 66510000 - Insurance services
- 79212000 - Auditing services
- 70111000 - Development of residential real estate
- 71400000 - Urban planning and landscape architectural services
- 71600000 - Technical testing, analysis and consultancy services
- 71800000 - Consulting services for water-supply and waste consultancy
- 09320000 - Steam, hot water and associated products
- 09330000 - Solar energy
- 45110000 - Building demolition and wrecking work and earthmoving work
- 45236000 - Flatwork
- 45260000 - Roof works and other special trade construction works
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45320000 - Insulation work
- 45330000 - Plumbing and sanitary works
- 45340000 - Fencing, railing and safety equipment installation work
- 45350000 - Mechanical installations
- 42160000 - Boiler installations
- 51700000 - Installation services of fire protection equipment
- 50000000 - Repair and maintenance services
- 50342000 - Repair and maintenance services of audio equipment
- 50413100 - Repair and maintenance services of gas-detection equipment
- 50413200 - Repair and maintenance services of firefighting equipment
- 50430000 - Repair and maintenance services of precision equipment
- 50432000 - Repair and maintenance services of clocks
- 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
- 50610000 - Repair and maintenance services of security equipment
- 50700000 - Repair and maintenance services of building installations
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50720000 - Repair and maintenance services of central heating
- 50750000 - Lift-maintenance services
- 90650000 - Asbestos removal services
- 90911000 - Accommodation, building and window cleaning services
- 44220000 - Builders' joinery
- 44410000 - Articles for the bathroom and kitchen
- 44480000 - Miscellaneous fire-protection equipment
- 45400000 - Building completion work
- 45410000 - Plastering work
- 45420000 - Joinery and carpentry installation work
- 45430000 - Floor and wall covering work
- 45440000 - Painting and glazing work
- 77310000 - Planting and maintenance services of green areas
- 92222000 - Closed circuit television services
- 33196000 - Medical aids
- 42961000 - Command and control system
- 39715000 - Water heaters and heating for buildings; plumbing equipment
- 39721000 - Domestic cooking or heating equipment
- 50230000 - Repair, maintenance and associated services related to roads and other equipment
- 50232000 - Maintenance services of public-lighting installations and traffic lights
- 90620000 - Snow-clearing services
- 90690000 - Graffiti removal services
- 90914000 - Car park cleaning services
- 44113700 - Road-repair materials
- 44113800 - Road-surfacing materials
- 44113810 - Surface dressing
- 44113900 - Road-maintenance materials
- 44113910 - Winter-maintenance materials
- 34920000 - Road equipment
- 34970000 - Traffic-monitoring equipment
- 34996000 - Control, safety or signalling equipment for roads
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
Across the geographical boundaries of North Lanarkshire Council area. There may be a need over the term of the proposed Contracts to operate outwith the North Lanarkshire Council area.
two.2.4) Description of the procurement
The Council is proposing to establish an Enterprise Strategic Commercial Partnership (ESCP) with a PSP to provide strategic advice and services (the Partnering Services), delivery of asset maintenance services (the Core Services), management and delivery of projects ancillary to the delivery of Core Services (the Core Projects & Programmes) for 20 years (plus up to 5 years extension).
The ESCP is expected to drive efficiencies, bring innovation, deliver value for money and continuous improvement to support the Council in meeting and exceeding its objectives.
It is envisaged that the Council and the PSP will each be a member of the ESCP entity, with the PSP owning the majority stake. The PSP will be required to enter into a joint venture agreement with the Council to establish the ESCP (the Members Agreement). The ESCP will also enter into a partnering agreement with the Council through which the Partnering Services, Core Services, and Core Projects & Programmes will be delivered (the Prime Contract).
The Council may require the ESCP (or special purpose vehicles which may be established by the ESCP) to deliver Partnering Services relating to a range of projects for new assets and/or specific facilities management service contracts entered into by the Council with third parties.
Partnering Services to be provided by the ESCP will include:
1. Strategic Services — providing a range of professional services to support the Council to develop strategy and policy, develop business cases, conduct feasibility studies, source finance and external funding, develop procurement strategy, and manage social impact to support the delivery of Core Services, Core Projects & Programmes, and support the management of Council Funded Projects and Programmes and Strategic Projects and Programmes.
2. Delivery Management Services — providing a range of professional services to support the Council to conduct procurement exercises, provide project management and programme management services, and commercial management services in respect of Core Services, Core Projects & Programmes, and management of Council Funded Projects and Programmes and Strategic Projects and Programmes.
3. Integrator / Operator Services – providing a range of professional services to the Council to develop, and manage a supply chain for Partnering Services, Core Services, Core Projects & Programmes, and deliver and manage Partnering Services, Core Services, and Core Projects and Programmes.
Core Services to be provided by the ESCP will include delivery of services including but not limited to delivery of housing maintenance services, corporate maintenance services and roads maintenance and winter services.
Core Projects & Programmes to be provided by the ESCP will include life cycle replacements of components of assets at scale (including but not limited to replacement of kitchens, bathrooms, flooring, roofs, render, cladding, mechanical and electrical installations, heating installations, windows, doors, decoration works, drainage works, communal area works, energy efficiency improvements, tower block works, demolition and other refurbishment works).
The estimated contract value is 5.737bn GBP over the full contract term (including all extensions) based on the Council’s budgets for the Partnering Services, Core Services and Core Projects and Programmes. There is no guarantee of this level of business.
Further details of this opportunity are set out in the procurement documents. Please see Section VI.3 for details relating to the SPD and other procurement documents being released at this stage.
Candidates should note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (“TUPE”) may apply to this contract. Further details will be provided in the ITPD issued to the Candidates invited to participate in dialogue.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80%
Price - Weighting: 20%
two.2.6) Estimated value
Value excluding VAT: £5,737,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
240
This contract is subject to renewal
Yes
Description of renewals
The Contracts will be awarded for an initial term of 20 years thereafter the Council will have the option to extend the term for a period(s) of up to a maximum of 5 years. Any period(s) of extension will be at the Council’s sole discretion.
two.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:
The Council intends to invite 5 Candidates to participate in dialogue. These 5 Candidates will have:
a) submitted a compliant submission, comprising a completed SPD;
b) passed the minimum standards in SPD Part III (Exclusion Grounds);
c) passed the minimum requirements with respect to:
(i) the economic and financial standing criteria in SPD Part IV.B;
(ii) the quality assurance schemes and environmental management standards criteria in SPD Part IV.D; and
(iii) the minimum scores in SPD Part IV.C; and
d) achieved the first, second, third, fourth and fifth highest total overall weighted score in respect of technical and professional ability (the sum of weighted scores achieved for all of the questions) within Question Ref. 4C1.2 of the SPD.
In the event of a tie between two or more Candidates for fifth place, all Candidates tied in fifth place will be invited to participate in dialogue.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council’s property portfolio by its very nature will be subject to change. There may be a need over the term of the proposed contract to allow the Council to remove, add, or change the buildings and structures of its property portfolio (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the contract) and to vary the contract accordingly including the overall value of the contract estimated at paragraph II.1.5 of this Contract Notice.
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.2.14) Additional information
Candidates should read and refer to the Instructions to Candidates document (ITC). Failure to comply with the ITC may result in a Candidate's SPD submission being rejected.
Candidates 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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Candidates shall be required to satisfy minimum standards and to provide proof of economic and financial standing.
(a) in response to SPD Question Ref 4B.4 provide a value and self assess the risk rating for each of the nine financial ratios. Candidates do not need to provide a value for Test 10 as the Council will independently carry out a credit check for Test 10. Financial tests will be applied on the most recent audited accounts; and
(b) in response to SPD Question Ref 4B5.1 and 4B5.2 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance; and
(c) in response to SPD Question Ref 4B.6 explicitly state if the Candidate is reliant upon another organisation to satisfy the Financial Tests and provide a commitment to obtain a guarantee.
Where the Prime Contractor (or Lead Organisation, Other Consortium Member or Key Sub-Contractor) is seeking to rely on the economic and financial standing of a parent company (or other organisation) to satisfy the Financial Tests then the Candidate should satisfy points i to iii:
(i) state this explicitly;
(ii) provide a letter of commitment from the parent company (or other organisation) to provide a guarantee; and
(iii) provide the financial information related to Financial Tests 1-9 in respect of the guarantor by completing Q4B.4 of the SPD.
Where the Prime Contractor is itself a Joint Venture Company (JVC)/ Special Purpose Vehicle (SPV), the Council shall seek ‘joint and several’ guarantees from the major shareholders of the JVC or SPV. The Council will test the economic and financial standing of these organisations on an individual basis.
Minimum level(s) of standards possibly required
Candidates are required to satisfy minimum standards of economic and financial standing. These are described below:
Insurances
In response to SPD Question Ref 4B.5 Candidates must confirm they already have or can commit to obtain prior to commencement of the contract to obtaining the following insurances and associated financial levels:
Public Liability Insurance = 25000000GBP each and every claim and in the annual aggregate
Professional Indemnity Insurance = 10000000GBP each and every claim and in the annual aggregate
Employers Liability = 10000000GBP each and every claim and in the annual aggregate
And, any other insurance required by the contractor or by the appropriate legislation with a sum insured / limit of indemnity to satisfy the contract or legal requirements.
In responding to SPD Question Ref 4B.5.1 and 4B.5.2 of the SPD, where the Candidate ticks the box “No, and I cannot commit to obtain it” they shall be marked as FAIL and shall be excluded from the Procurement.
Evaluation Criteria Ratios (SPD Question Ref. 4B.4)
Candidates are required to state the value for Tests 1 to 9, Candidates are not required to state a value for Test 10.
The financial information received under SPD Question Ref 4B.4, ratios 1-9 shall be evaluated on a risk assessment basis by determining whether the information provided falls into a Low, Medium or High Risk banding. Candidates are asked to provide information on nine individual economic and financial standing evaluation criteria, namely:
Test 1: Turnover to contract value
Test 2: Net Operating Margin
Test 3: Net Debt / EBITDA
Test 4: Net assets
Test 5: Acid Ratio
Test 6: Free Cash Flow / Net Debt
Test 7: Net Debt + Net Pension Deficit / EBITDA
Test 8: Net Interest Paid Cover
Test 9: Group Exposure Ratio
The Council will independently carry out a credit check for Test 10.
Test 10: Credit check ratings. In relation to Test 10, Candidates will be assessed against their Dun & Bradstreet (D&B) rating, specifically their Risk Indicator Score. As outlined in the ITC (Appendix 2), if this score is 4 or where a D&B report is not available, it will be assessed as High Risk, otherwise it will be assessed as Low Risk.
The information submitted in response to Question 4B.4 will be assessed on an Overall Pass/Overall Fail basis in accordance with the detailed methodology set out in the ITC (Appendix 2).
An assessment of Overall Fail for Question 4B.4 will result in the Candidate being excluded from the Procurement.
Where the application of a single financial test generates a ratio which falls into the corresponding Low Risk band, this is assessed as a Pass for the single financial test. Where the application of a single financial test generates a ratio which falls into the corresponding Medium Risk band or High Risk band, the Council will assess the mitigating evidence that must be provided as part of the SPD submission.
Where the SPD submission has been submitted by a Consortium, the evaluation will include the Lead Organisation and Key Sub-Contractors and/or other Consortium members involved in delivering Housing maintenance and Corporate repairs. If a Key Subcontractor/Consortium Member is being utilised to deliver Housing maintenance and Corporate repairs, they will be evaluated in relation to the appropriate financial thresholds applicable to their role. A table detailing the response for each bidding structure has been included in the ITC (Appendix 2).
three.1.3) Technical and professional ability
List and brief description of selection criteria
In response to SPD: Question Ref 4C.1.2 Candidates are required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in section II.2.4 of the Contract Notice.
Candidates are asked to provide suitable responses to questions set out in the ITC (Appendix 3), demonstrating that they have the required minimum standards of eligibility and technical and professional ability.
These questions shall be answered by single Candidates and by consortiums (consortium members should not respond individually. Where a Candidate is a consortium or relying on Key-Subcontractors, a single composite response should be submitted by the Lead Organisation).
Question 4C.1.2 carries an overall weighting of 100%. This question is divided into four (4) separate questions listed below. Candidates are required to provide a response to each of the questions. Candidates must achieve an overall combined minimum (unweighted) score requirement of twelve (12) for question one (1), ten (10) for question two (2) and eight (8) for question three (3) below. There is no minimum score requirement for question four (4).
Candidates unable to meet the minimum score requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the competition:
1. Partnering Services - Strategic (weighting = 30%);
2. Partnering Services – Delivery Management (weighting = 25%);
3. Partnering Services – Integrator / Operator (weighting = 25%);
4. Social Impact (weighting = 20%);
The responses provided to each question shall be assessed using the following marking scheme:
0 – Unacceptable – Nil or inadequate response. Fails to demonstrate previous experience / capacity / capability relevant to this criterion;
1 – Poor – Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient / limited detail or explanation to demonstrate previous relevant experience / capacity / capability;
2 – Acceptable – Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills / capacity / capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature;
3 – Good – Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills / capacity / capability relevant to providing similar services to similar clients;
4 – Excellent – Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills / capacity / capability relevant to providing similar services to similar clients;
Under SPD Questions 4D.1 and 4D.2 Candidates shall be required to insert suitable responses to demonstrate that they have in place appropriate quality, environmental and health and safety management systems. Candidates should specify their recognised accredited system or own non-accredited system which will ultimately be adopted if awarded the contract. Subsequently, under SPD, Question Ref.4D.1 and 4D.2 Candidates are required to confirm their compliance and be able to provide the appropriate certification.
The responses to SPD Questions 4D.1 and 4D.2 shall each be assessed on the basis of PASS or FAIL. Candidates who obtain a FAIL in either of their responses shall not be considered further in this procurement competition.
Minimum level(s) of standards possibly required
Please refer to the ITC (Appendices 1 and 3). Each of these questions should be answered using the documents attached to each question within the PCS-T system.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Where bidders are bidding as part of a group (e.g a consortium), the Council reserves the right to require bidders to assume a specific legal form for the purpose of the award of the contract (e.g. establishing a special purpose vehicle (‘SPV’) to act as the PSP member of the ESCP entity). Furthermore, where a Candidate relies upon the capacities of other entities with regard to criteria relating to economic and financial standing, the Council reserves the right to require that the Candidate and those entities to be jointly and severally liable.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive dialogue
four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
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: 2020/S 141-348186
four.2.2) Time limit for receipt of tenders or requests to participate
Date
4 June 2021
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
6 August 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The Council currently envisages deciding whether to invoke the available options to extend the contract or to procure a new contract approximately eighteen (18) months prior to the expiry of the initial contract term.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Section I.2 – Council bodies which can use the Contracts to access the services are the Council and the Council's arms' length external organisations, which include, but may not be limited to:
Routes to Work Ltd, Fusion Assets Ltd, North Lanarkshire Properties LLP, NL Property Investments Ltd and North Lanarkshire Municipal Bank Ltd.
Section I.3 - Access to the Data Room and procurement documents:
The Instructions to Candidates (ITC) and the other procurement documents being released at this stage can be accessed via PCS-T Supplier Attachment Area. The draft Invitation to Participate in Dialogue (ITPD) and draft Invitation to Submit Outline Solutions (ISOS) are being released at this stage to explain the proposed approach to the procurement process and do not amount to an invitation to participate in dialogue and/or to submit an outline solution. Additional information on the project is contained in the Data Room. To access the Data Room, Candidates must sign and return via the Messaging Area the Confidentiality Agreement located in the PCS-T Supplier Attachment Area. It is in each Candidate’s interest to complete this activity as soon as possible.
The services described in II.2.4 will be delivered to the following asset types including but not limited to: housing for mid market rent, housing for social rent, special needs housing, care homes, social care facilities, other residential and social care housing, all adopted non trunk roads, other roads infrastructure, wellbeing facilities, libraries, museums, town halls, community halls, education facilities, sports and leisure facilities, swimming pools, arts and culture facilities, retirement housing, sheltered housing, office and administrative facilities, serviced facilities, tourism facilities, cemeteries, retail, industrial / commercial, energy infrastructure, depots, cemeteries, workshop facilities.
Part II – Information Concerning the Bidder
A: Information About the Bidder;
B: Information About Representatives of the Bidder;
C: Information About Reliance on the Capacities of Other Entities; and
D: Information Concerning Sub-contractors on Whose Capacity the Bidder Does Not Rely.
Minimum level(s) of standards required:
The information required in Part II of the SPD is for information only and therefore will not be assessed however the Council may choose not to select Candidates that cannot provide basic company information.
Candidates must ensure that they submit appropriate SPDs completed by other members of the group, if they are submitting a SPD as part of a group and others on whose capacity they rely, to satisfy any aspect of the SPD.
Part VI – Concluding statements
Minimum level(s) of standards required:
Candidates unable to complete this part of the SPD may be excluded from the Procurement.
Disclaimer
The Council is not liable for any costs incurred, including in respect of expressing an interest, participating in dialogue or in tendering for this opportunity. The Council reserves the right to terminate the procurement (or any part of it) at its own discretion.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 16534. 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 PSP will be required to actively participate in the achievement of social and/or environmental policy objectives relating to recruitment and training and supply-chain initiatives. Accordingly contract performance conditions may relate in particular to social and environmental considerations. Further details are set out in the procurement documents.
(SC Ref:641103)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Parliament House, Parliament Square
Edinburgh
EH1 1RQ
supreme.courts@scotcourts.gov.uk
Telephone
+44 1312252595
Fax
+44 1312406711
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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. In accordance with the Public Contracts (Scotland) Regulations 2015, the Council will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to bidders.