Awarded contract

Multifunctional Devices and Digital Transformation Solutions Framework

  • Crescent Purchasing Consortium (CPC)
  • Public Sector
  • Education

F03: Contract award notice

Notice reference: 2021/S 000-008919

Published 26 April 2021, 4:09pm



Section one: Contracting authority

one.1) Name and addresses

Crescent Purchasing Consortium (CPC)

Procurement House, Leslie Hough Way

Salford

M6 6AJ

Email

steve.davies@dukefieldprocurement.co.uk

Telephone

+44 7966040564

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

one.1) Name and addresses

Public Sector

Procurement House

Salford

M6 6AJ

Email

steve.davies@dukefieldprocurement.co.uk

Telephone

+44 7966040564

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

one.1) Name and addresses

Education

Procurement House

Salford

M6 6AJ

Email

steve.davies@dukefieldprocurement.co.uk

Telephone

+44 7966040564

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.thecpc.ac.uk

Buyer's address

www.thecpc.ac.uk

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

Multifunctional Devices and Digital Transformation Solutions Framework

Reference number

CA7747 - CPC/DU/MFD/03A

two.1.2) Main CPV code

  • 79800000 - Printing and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Framework will provide access to a comprehensive range of Multifunctional Devices and Digital Transformation Solutions. It is being established to meet the needs of Crescent Purchasing Consortium Members,http://www.thecpc.ac.uk/members/regions.php and is also open for use by all contracting authorities across the UK public sector (and any future successors to these organisations). 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 establishments and geographical areas is available at http://www.npg-ltd.com/tenders/

The Framework will be let across two Lots. There will be a maximum of 8 suppliers awarded a place on Lot 1 and a maximum of 10 suppliers on Lot 2.

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: £440,000,000

two.2) Description

two.2.1) Title

Multifunctional Devices and Associated Services and Supplies

Lot No

1

two.2.2) Additional CPV code(s)

  • 48000000 - Software package and information systems
  • 79521000 - Photocopying services
  • 30232140 - Plotters
  • 30125000 - Parts and accessories of photocopying apparatus
  • 79411000 - General management consultancy services
  • 30192110 - Ink products
  • 38520000 - Scanners
  • 30232000 - Peripheral equipment
  • 48782000 - Storage management software package
  • 30121200 - Photocopying equipment
  • 30197630 - Printing paper
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 48517000 - IT software package
  • 30191000 - Office equipment except furniture
  • 30123000 - Office and business machines
  • 50310000 - Maintenance and repair of office machinery
  • 30120000 - Photocopying and offset printing equipment
  • 30121430 - Digital duplicators
  • 30232110 - Laser printers
  • 30121000 - Photocopying and thermocopying equipment
  • 30121300 - Reproduction equipment
  • 79520000 - Reprographic services
  • 22000000 - Printed matter and related products
  • 79410000 - Business and management consultancy services
  • 50313200 - Photocopier maintenance services
  • 30192400 - Reprographic supplies
  • 30121100 - Photocopiers
  • 30232130 - Colour graphics printers
  • 32400000 - Networks
  • 30197642 - Photocopier paper and xerographic paper
  • 30232100 - Printers and plotters
  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 51000000 - Installation services (except software)
  • 30192113 - Ink cartridges
  • 79811000 - Digital printing services
  • 48311000 - Document management software package
  • 79810000 - Printing services
  • 50313000 - Maintenance and repair of reprographic machinery
  • 50313100 - Photocopier repair services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

This Lot will provide access to a comprehensive suite of multifunctional devices and supplies and services, encompassing, but not be limited to, the following supplies, services and solutions:

• Mono and/or mono/colour capable devices

• A number of multifunctional device specification ranges defined by print speed covering units up to 125 pages per minute, including associated options such as card readers

• A number of high volume production devices defined by print speed covering units from 90 pages per minute upwards, including associated production accessories and optional extras.

• A range of desk top printers to complement the multifunctional device ranges

• A range of 3D printers

• A range of wider format and other specialist printers

• Refurbished/remanufactured multifunctional devices and printers

• Production/print management software

• Print management software

• Other related print and document management software

• Associated services to include:

• Print Audit Services

• Project Management Services

• IT Support Services

The Lot will also incorporate the provisions of consultancy services as they apply to the supplies and services available under this Lot.

There will be a maximum of eight suppliers awarded a place on this Lot

two.2.5) Award criteria

Quality criterion - Name: Lot 1 Quality / Weighting: 60.00%

Price - Weighting: 40.00%

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 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.2.14) Additional information

Please note the award criteria and weighting for Lot 2 Digital Transformation Solutions was 30% Price and 70% Quality and not the Lot 1 Quality Weighting 60% and Price Weighting 40%, stated within Lot 2 Section II.2.5 Award Criteria.

two.2) Description

two.2.1) Title

Digital Transformation Solutions

Lot No

2

two.2.2) Additional CPV code(s)

  • 30232000 - Peripheral equipment
  • 22100000 - Printed books, brochures and leaflets
  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 30232100 - Printers and plotters
  • 30120000 - Photocopying and offset printing equipment
  • 30197642 - Photocopier paper and xerographic paper
  • 30236000 - Miscellaneous computer equipment
  • 32400000 - Networks
  • 38651600 - Digital cameras
  • 50313200 - Photocopier maintenance services
  • 30197630 - Printing paper
  • 79823000 - Printing and delivery services
  • 30131000 - Mailroom equipment
  • 30197645 - Card for printing
  • 48782000 - Storage management software package
  • 79570000 - Mailing-list compilation and mailing services
  • 64100000 - Post and courier services
  • 48300000 - Document creation, drawing, imaging, scheduling and productivity software package
  • 64000000 - Postal and telecommunications services
  • 79521000 - Photocopying services
  • 30192400 - Reprographic supplies
  • 22000000 - Printed matter and related products
  • 30231000 - Computer screens and consoles
  • 63121000 - Storage and retrieval services
  • 30197640 - Self-copy or other copy paper
  • 48517000 - IT software package
  • 30121100 - Photocopiers
  • 38650000 - Photographic equipment
  • 50312000 - Maintenance and repair of computer equipment
  • 79410000 - Business and management consultancy services
  • 63120000 - Storage and warehousing services
  • 30125000 - Parts and accessories of photocopying apparatus
  • 22800000 - Paper or paperboard registers, account books, binders, forms and other articles of printed stationery
  • 79960000 - Photographic and ancillary services
  • 30192110 - Ink products
  • 79999100 - Scanning services
  • 48000000 - Software package and information systems
  • 30121000 - Photocopying and thermocopying equipment
  • 79411000 - General management consultancy services
  • 30230000 - Computer-related equipment
  • 50330000 - Maintenance services of telecommunications equipment
  • 38520000 - Scanners
  • 79520000 - Reprographic services
  • 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
  • 30237000 - Parts, accessories and supplies for computers
  • 35810000 - Individual equipment
  • 30123000 - Office and business machines
  • 50313000 - Maintenance and repair of reprographic machinery
  • 80510000 - Specialist training services
  • 22900000 - Miscellaneous printed matter
  • 22200000 - Newspapers, journals, periodicals and magazines
  • 30232110 - Laser printers
  • 72000000 - IT services: consulting, software development, Internet and support
  • 48311000 - Document management software package
  • 79811000 - Digital printing services
  • 72600000 - Computer support and consultancy services
  • 79824000 - Printing and distribution services
  • 50313100 - Photocopier repair services
  • 79820000 - Services related to printing
  • 79995100 - Archiving services
  • 50310000 - Maintenance and repair of office machinery
  • 79800000 - Printing and related services
  • 30121300 - Reproduction equipment
  • 72212780 - System, storage and content management software development services
  • 30121200 - Photocopying equipment
  • 50320000 - Repair and maintenance services of personal computers
  • 30232140 - Plotters
  • 30231310 - Flat panel displays
  • 50340000 - Repair and maintenance services of audio-visual and optical equipment
  • 30231320 - Touch screen monitors
  • 32320000 - Television and audio-visual equipment
  • 30237200 - Computer accessories
  • 51000000 - Installation services (except software)
  • 32500000 - Telecommunications equipment and supplies
  • 30192113 - Ink cartridges
  • 79571000 - Mailing services
  • 30200000 - Computer equipment and supplies
  • 30130000 - Post-office equipment
  • 79821000 - Print finishing services
  • 48310000 - Document creation software package
  • 38651000 - Cameras
  • 30231300 - Display screens
  • 30191000 - Office equipment except furniture
  • 79810000 - Printing services
  • 72212310 - Document creation software development services
  • 30237300 - Computer supplies
  • 72512000 - Document management services
  • 30121430 - Digital duplicators
  • 30232130 - Colour graphics printers

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom
Main site or place of performance

UK

two.2.4) Description of the procurement

This Lot will provide access to a comprehensive suite of Digital Transformation Solutions, encompassing, but not be limited to, the following solution categories:

• Audio Visual Supplies and Services

• Cloud Services

• Document Storage and Distribution Services

• Electronic Document Management Systems and Services

• External Print and Related Services

• High Volume/production print devices and associated supplies and services

• Hybrid Mail

• ICT Hardware, Software and Peripherals

• ICT Support Services

• Mail Management Services including Mail Room Services

• Multifunctional Devices and Associated Supplies and Services

• Scanning and Archiving Services

• Telecommunications Supplies and Services

The Lot will also incorporate the provisions of consultancy services as they apply to the supplies and services available under this Lot.

There will be a maximum of ten suppliers awarded a place on this framework Lot.

two.2.5) Award criteria

Quality criterion - Name: Lot 1 Quality / Weighting: 60.00%

Price - Weighting: 40.00%

two.2.11) Information about options

Options: Yes

Description of options

48 month(s) from the commencement date, with 24 initial month(s) and option to extend 2x12 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.2.14) Additional information

Please note the award criteria and weighting for Lot 2 Digital Transformation Solutions was 30% Price and 70% Quality and not the Lot 1 Quality Weighting 60% and Price Weighting 40%, stated within Lot 2 Section II.2.5 Award Criteria.


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: 2020/S 199-483834


Section five. Award of contract

Contract No

CA7747

Lot No

1

Title

Multifunctional Devices and Associated Services and Supplies

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 April 2021

five.2.2) Information about tenders

Number of tenders received: 21

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Agilico Workplace Technologies (North) Ltd

Meadow Court , Dukesway

Gateshead

NE11 0PZ

Email

tenders@agilico.co.uk

Telephone

+44 1914222700

Fax

+44 1914224242

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.agilico.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Toshiba TEC UK Imaging Systems LTD

Abbey Cloisters, Abbey Green,

Chertsey

KT16 8RB

Email

bid.team@toshibatec.co.uk

Telephone

+44 2077359992

Fax

+44 2078405337

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

http://www.toshibatec.co.uk/

The contractor is an SME

No

five.2.3) Name and address of the contractor

Vision Plc

Caxton House, Watermark Way

Hertford

SG13 7TZ

Email

Bids@Visionplc.co.uk

Telephone

+44 8449808700

Fax

+44 1992509666

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

http://www.visionplc.co.uk/

The contractor is an SME

No

five.2.3) Name and address of the contractor

Altodigital Networks Ltd

Summit House, Cherry Court Way

Bedfordshire

LU7 4UH

Email

enquiries@altodigital.com

Telephone

+44 1525218300

Fax

+44 1525383130

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.altodigital.com

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

The Arena Group

Armitage House, Thorpe Lower Lane

Wakefield

WF3 3BQ

Email

helenm@arenagroup.net

Telephone

+44 3448638000

Fax

+44 1132880671

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.arenagroup.net

The contractor is an SME

No

five.2.3) Name and address of the contractor

Ricoh UK Ltd

800 Pavilion Drive, Northampton Business Park

Northampton

NN4 7YL

Email

bid.team@ricoh.co.uk

Telephone

+44 1604814900

Fax

+44 2082614004

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.ricoh.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Apogee Corporation Limited

Nimbus House, Liphook Way

Maidstone

ME16 0FZ

Email

Portals@apogeecorp.com

Telephone

+44 1622606123

Fax

+44 1522834616

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.apogeecorp.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

Kyocera Document Solutions

75-77 Eldon Court, London Road

Reading

RG1 5BS

Email

bidteam@duk.kyocera.com

Telephone

+44 1189311500

Fax

+44 1189230793

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

http://www.kyoceradocumentsolutions.co.uk/

The contractor is an SME

No

five.2.3) Name and address of the contractor

sharp business systems UK PLC

northern House, moor knoll lane

wakefield

wf32ee

Email

bidteam.sbsuk@sharp.eu

Telephone

+44 2087342041

Fax

+44 1924820433

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.sharp.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Konica Minolta

Konica House, Miles Gray Road

Basildon

SS14 3AR

Email

bidsandtenders@konicaminolta.co.uk

Telephone

+44 1268534444

Fax

+44 1268644344

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.konicaminolta.co.uk

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £210,000,000


Section five. Award of contract

Contract No

CA7747

Lot No

2

Title

Digital Transformation Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 April 2021

five.2.2) Information about tenders

Number of tenders received: 12

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Toshiba TEC UK Imaging Systems LTD

Abbey Cloisters, Abbey Green,

Chertsey

KT16 8RB

Email

bid.team@toshibatec.co.uk

Telephone

+44 2077359992

Fax

+44 2078405337

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

http://www.toshibatec.co.uk/

The contractor is an SME

No

five.2.3) Name and address of the contractor

sharp business systems UK PLC

northern House, moor knoll lane

wakefield

wf32ee

Email

bidteam.sbsuk@sharp.eu

Telephone

+44 2087342041

Fax

+44 1924820433

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.sharp.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Swiss Post Solutions Ltd

Parkshot House , 5 Kew Road

Richmond

TW9 2PR

Email

bid.team@swisspost.com

Telephone

+44 7748948336

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.swisspostsolutions.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

Xerox

Bridge House, Oxford Road

Uxbridge

UB8 1HS

Email

uxb.bidteam@xerox.com

Telephone

+44 7713191310

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.weboard@xerox.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

Ricoh UK Ltd

800 Pavilion Drive, Northampton Business Park

Northampton

NN4 7YL

Email

bid.team@ricoh.co.uk

Telephone

+44 1604814900

Fax

+44 2082614004

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.ricoh.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Agilico Workplace Technologies (North) Ltd

Meadow Court , Dukesway

Gateshead

NE11 0PZ

Email

tenders@agilico.co.uk

Telephone

+44 1914222700

Fax

+44 1914224242

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.agilico.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Canon UK Ltd

5 The Square, Stockley Park

Uxbridge

UB11 1ET

Email

tender_team@cuk.canon.co.uk

Telephone

+44 1895648000

Fax

+44 1737220022

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.canon.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Konica Minolta

Konica House, Miles Gray Road

Basildon

SS14 3AR

Email

bidsandtenders@konicaminolta.co.uk

Telephone

+44 1268534444

Fax

+44 1268644344

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.konicaminolta.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Apogee Corporation Limited

Nimbus House, Liphook Way

Maidstone

ME16 0FZ

Email

Portals@apogeecorp.com

Telephone

+44 1622606123

Fax

+44 1522834616

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.apogeecorp.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

Kyocera Document Solutions

75-77 Eldon Court, London Road

Reading

RG1 5BS

Email

bidteam@duk.kyocera.com

Telephone

+44 1189311500

Fax

+44 1189230793

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

http://www.kyoceradocumentsolutions.co.uk/

The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £230,000,000


Section six. Complementary information

six.3) Additional information

CPC Internal Reference Number is CPC/DU/MFD/03A. The framework is being delivered by Crescent Purchasing Limited through Crescent Purchasing Consortium and its partners Dukefield Procurement Limited. Dukefield Procurement Limited are acting as agents of Crescent Purchasing Consortium in the development and on-going contract management of this framework. The Contracting Authority will be using an e-tendering 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 is tied with the same final evaluation score and are ranked in the last supplier award position within a particular Lot, each of these tenderers shall be deemed to occupy the last Framework Agreement contract award position for the purpose of calculating the maximum number of Suppliers under the framework Lot.

The Contracting Authority will award a Framework Agreement to additional Tenderers beyond the stated maximum number on any particular Lot, where their final evaluation score (s) is within 0.5 % of the last placed position only. For the avoidance of doubt, the last placed position in respect of each Lot of this framework is 8th place on Lot 1 and 10th place on Lot 2. Therefore on a lot by lot basis, Tenderers within 0.5 %, along with the Tenderer in last placed position,shall be deemed to occupy the last Framework Agreement contract award position for each respective 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 Contracts Regulations 2015 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

M6 6AJ

Country

United Kingdom