Section one: Contracting authority
one.1) Name and addresses
Procurement for Housing
2 Olympic Way, Woolston Grange Avenue
Birchwood, Warrington
WA2 0YL
Telephone
+44 1925282377
Fax
+44 8458645115
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
http://www.procurementforhousing.co.uk
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Telecommunications, Digital Inclusion and Internet of Things
two.1.2) Main CPV code
- 64200000 - Telecommunications services
two.1.3) Type of contract
Services
two.1.4) Short description
Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 75% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, spend analyses, strategy reviews, consolidated billing and comprehensive reporting.
PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (“PCR 2015”) and a central purchasing body under regulation 37 PCR 2015
PfH is seeking to establish a national Framework Agreement for Telecommunications, Digital Inclusion, Internet of Things and associated services.
The Framework will be awarded for an initial period of three years and may be extended for a further year (4 years in total)
The framework is intended to provide services and associated products relating to networking and security including cloud based solutions, voice solutions, unified communications, mobile communications and total communications, in addition to providing solution to support digital inclusion and solutions utilising the Internet of Things technologies.
For further information please refer to the procurement documentation.
two.1.5) Estimated total value
Value excluding VAT: £82,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Networking and Security
Lot No
1
two.2.2) Additional CPV code(s)
- 32400000 - Networks
- 32412110 - Internet network
- 32410000 - Local area network
- 32412120 - Intranet network
- 32412100 - Telecommunications network
- 48732000 - Data security software package
- 32580000 - Data equipment
- 32562300 - Optical-fibre cables for data transmission
- 48219700 - Communications server software package
- 48222000 - Web server software package
- 48800000 - Information systems and servers
- 48820000 - Servers
- 48821000 - Network servers
- 48822000 - Computer servers
- 48823000 - File servers
- 48824000 - Printer servers
- 48825000 - Web servers
- 72212222 - Web server software development services
- 72422000 - Internet or intranet server application development services
- 48730000 - Security software package
- 48731000 - File security software package
- 72212730 - Security software development services
- 72212731 - File security software development services
- 72212732 - Data security software development services
- 73431000 - Test and evaluation of security equipment
- 32500000 - Telecommunications equipment and supplies
- 32522000 - Telecommunications equipment
- 32412000 - Communications network
- 32413000 - Integrated network
- 32424000 - Network infrastructure
- 32430000 - Wide area network
- 72710000 - Local area network services
- 30200000 - Computer equipment and supplies
- 30230000 - Computer-related equipment
- 50312000 - Maintenance and repair of computer equipment
- 72212218 - License management software development services
- 72212982 - Configuration management software development services
- 72411000 - Internet service providers ISP
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The successful suppliers will be required to provide a full range of inclusive goods and service provisions either directly or via third parties, which will include installation, maintenance, disposal and any associated services and solution including but not limited to;
Data connectivity and internet services incorporating FTTx, Ethernet Circuits, ISDN, PSTN, SD-WAN, Security solutions, Disaster Recovery solutions including but not limited to back up solutions, replication and recovery software and/or services. Cloud Hosting, Private Clouds, Local Area Networking (LAN), Wi-Fi, Power Systems, Associated Hardware – including but not limited to laptops, tablets, routers, servers, including associated accessories and connectivity requirements. Associated Services – including the provision of technical specialists, training, helpdesk support, managed equipment rooms, survey, installation, maintenance and decommissioning.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Price / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £10,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 month optional extension at the discretion of PfH.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
PfH is seeking to appoint 5 suppliers to this lot as set out in the tender documentation but may award places on each Lot to a fewer or greater number of suppliers depending on the bids received and exercise its discretion to award a greater or fewer number of places on a lot-by-lot basis.
two.2) Description
two.2.1) Title
Unified Communications and Voice Solutions
Lot No
2
two.2.2) Additional CPV code(s)
- 32412100 - Telecommunications network
- 32500000 - Telecommunications equipment and supplies
- 32510000 - Wireless telecommunications system
- 32520000 - Telecommunications cable and equipment
- 32521000 - Telecommunications cable
- 32523000 - Telecommunications facilities
- 32524000 - Telecommunications system
- 45314000 - Installation of telecommunications equipment
- 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
- 50330000 - Maintenance services of telecommunications equipment
- 50331000 - Repair and maintenance services of telecommunications lines
- 50332000 - Telecommunications-infrastructure maintenance services
- 64200000 - Telecommunications services
- 64227000 - Integrated telecommunications services
- 71316000 - Telecommunication consultancy services
- 32522000 - Telecommunications equipment
- 32410000 - Local area network
- 32412000 - Communications network
- 32413000 - Integrated network
- 32424000 - Network infrastructure
- 32430000 - Wide area network
- 72710000 - Local area network services
- 72720000 - Wide area network services
- 32571000 - Communications infrastructure
- 32581000 - Data-communications equipment
- 48219700 - Communications server software package
- 48500000 - Communication and multimedia software package
- 48510000 - Communication software package
- 48511000 - Desktop communications software package
- 51300000 - Installation services of communications equipment
- 30200000 - Computer equipment and supplies
- 30230000 - Computer-related equipment
- 50312000 - Maintenance and repair of computer equipment
- 72212218 - License management software development services
- 72212982 - Configuration management software development services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 2 requires the successful suppliers to provide a full range of inclusive goods and service provisions either directly or via third parties, which will include installation, maintenance, disposal and any associated services and solution including but not limited to associated software relating to; Digital voice solutions, including but not limited to Voice over Internet Protocol (VOIP), Session Initiation Protocol (SIP, SIP Trunking), Call Centre solutions, Contact Centre solutions, Unified Communications Application(s), Associated Hardware – including but not limited to handsets, headsets, laptops, tablets, routers, servers, including associated accessories and connectivity requirements, Associated Services – including the provision of technical specialists, training, helpdesk support, surveys, installation, maintenance and decommissioning, Teleconference and Videoconferencing solutions.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Price / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £12,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 months optional extension at the discretion for Procurement for Housing.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
PfH is seeking to appoint 5 suppliers to this lot as set out in the tender documentation but may award places on each Lot to a fewer or greater number of suppliers depending on the bids received and exercise its discretion to award a greater or fewer number of places on a lot-by-lot basis.
two.2) Description
two.2.1) Title
Total Communications Solutions
Lot No
3
two.2.2) Additional CPV code(s)
- 32412100 - Telecommunications network
- 32412000 - Communications network
- 32500000 - Telecommunications equipment and supplies
- 32510000 - Wireless telecommunications system
- 32522000 - Telecommunications equipment
- 32524000 - Telecommunications system
- 45314000 - Installation of telecommunications equipment
- 64200000 - Telecommunications services
- 64227000 - Integrated telecommunications services
- 71316000 - Telecommunication consultancy services
- 32410000 - Local area network
- 32413000 - Integrated network
- 32424000 - Network infrastructure
- 32430000 - Wide area network
- 72710000 - Local area network services
- 72720000 - Wide area network services
- 30237110 - Network interfaces
- 32400000 - Networks
- 32412110 - Internet network
- 32412120 - Intranet network
- 32413100 - Network routers
- 32415000 - Ethernet network
- 32416000 - ISDN network
- 32416100 - ISDX network
- 32420000 - Network equipment
- 32421000 - Network cabling
- 32423000 - Network hubs
- 32425000 - Network operating system
- 32427000 - Network system
- 32428000 - Network upgrade
- 32429000 - Telephone network equipment
- 48200000 - Networking, Internet and intranet software package
- 48210000 - Networking software package
- 48214000 - Network operating system software package
- 48215000 - Networking developers' software package
- 48219000 - Miscellaneous networking software package
- 48821000 - Network servers
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50334110 - Telephone network maintenance services
- 64214000 - Dedicated-business telephone network services
- 72212200 - Networking, Internet and intranet software development services
- 72315000 - Data network management and support services
- 72315100 - Data network support services
- 72315200 - Data network management services
- 72511000 - Network management software services
- 72700000 - Computer network services
- 48730000 - Security software package
- 48731000 - File security software package
- 48732000 - Data security software package
- 72212731 - File security software development services
- 72212732 - Data security software development services
- 73431000 - Test and evaluation of security equipment
- 32250000 - Mobile telephones
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 offers members the opportunity to call off requirements for services spanning both Lot 1 and 2, enabling both the member and supplier to develop and implement a total Communications solution under the remit of a single supplier.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Price / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £15,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
12 month extension option at the discretion of Procurement for Housing.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
PfH is seeking to appoint 5 suppliers to this lot as set out in the tender documentation but may award places on each Lot to a fewer or greater number of suppliers depending on the bids received and exercise its discretion to award a greater or fewer number of places on a lot-by-lot basis.
two.2) Description
two.2.1) Title
Mobile Communications
Lot No
4
two.2.2) Additional CPV code(s)
- 32250000 - Mobile telephones
- 32252110 - Hands-free mobile telephones (wireless)
- 64212000 - Mobile-telephone services
- 32412100 - Telecommunications network
- 30200000 - Computer equipment and supplies
- 30213100 - Portable computers
- 30213200 - Tablet computer
- 30230000 - Computer-related equipment
- 30237200 - Computer accessories
- 30237270 - Portable computer carrying cases
- 50312600 - Maintenance and repair of information technology equipment
- 50312000 - Maintenance and repair of computer equipment
- 32252100 - Hands-free mobile telephones
- 72212218 - License management software development services
- 72212781 - System management software development services
- 72212982 - Configuration management software development services
- 31712112 - SIM cards
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 4 requires the successful supplier to offer members a full range of mobile solutions inclusive of hardware, accessories, associated software, data and associated service including delivery, maintenance and repair services, disposal and any associated services and solution including but not limited to; 3G, 4G & 5G Connectivity, voice & data bundles including sim cards, mobile device hardware, including but not limited to phones and tablet computers, accessories and other associated hardware. Mobile Broadband. The provision of associated mobile communications systems and software including but not limited to; Mobile Device Management (MDM), mobile call recording, mobile conference calling, anti-virus software, hardware, repair services. Mobile cloud storage and sharing services, mobile device deployment Services including receipt, configuration and re-deployment to the end user, in addition to associated advisory and consultancy services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Price / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £8,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
An optional 12 month extension at the discretion of Procurement for Housing.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
PfH is seeking to appoint 5 suppliers to this lot as set out in the tender documentation but may award places on each Lot to a fewer or greater number of suppliers depending on the bids received and exercise its discretion to award a greater or fewer number of places on a lot-by-lot basis.
two.2) Description
two.2.1) Title
Community Wifi & Digital Inclusion Solutions
Lot No
5
two.2.2) Additional CPV code(s)
- 32412110 - Internet network
- 48200000 - Networking, Internet and intranet software package
- 48220000 - Internet and intranet software package
- 48221000 - Internet browsing software package
- 72000000 - IT services: consulting, software development, Internet and support
- 72212200 - Networking, Internet and intranet software development services
- 72212220 - Internet and intranet software development services
- 72212221 - Internet browsing software development services
- 72400000 - Internet services
- 72411000 - Internet service providers ISP
- 72421000 - Internet or intranet client application development services
- 72422000 - Internet or intranet server application development services
- 80000000 - Education and training services
- 80400000 - Adult and other education services
- 98000000 - Other community, social and personal services
- 72500000 - Computer-related services
- 75200000 - Provision of services to the community
- 80510000 - Specialist training services
- 80521000 - Training programme services
- 80533000 - Computer-user familiarisation and training services
- 80533100 - Computer training services
- 80570000 - Personal development training services
- 32430000 - Wide area network
- 32410000 - Local area network
- 72710000 - Local area network services
- 30213000 - Personal computers
- 30213100 - Portable computers
- 30213200 - Tablet computer
- 30213300 - Desktop computer
- 30236000 - Miscellaneous computer equipment
- 31712112 - SIM cards
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 5 provides members with solutions focused upon the provision of goods and services with the intention of enhancing digital inclusion within PfH Member’s Customer environment. Within this lot, the tenant is at the heart of the intended solutions, with the intention of improving accessibility to the internet with the purpose of enhancing tenant skills and capabilities in moving towards a digital operating environment. PfH members may choose to do this to support members with internet connectivity with the purpose of enabling tenants to search for jobs, apply for benefits, pay rent or other utilities in addition to enabling them to search for better value goods and services to them as an individual in addition to a host of other benefits, which may include staying in touch with family and friends via email or social media, reducing isolation and loneliness.
Whilst this lot is fundamentally about connectivity for the above benefits, other associated services are for the provision of training and upskilling of PfH Member customers, and therefore the applicable providers must be able to facilitate appropriate training solutions with the same overall aim, to improve digital inclusion.
The Successful Suppliers will be required to provide a full range of inclusive goods and service provisions either directly or via third parties, which will include installation, maintenance, disposal and any associated services and solutions including but not limited to associated software relating to; Community Connectivity, Site based, Community Wifi, Neighbourhood Wifi, Local Authority or other Wifi/WAN, The supply of hardware and connectivity, the provision of mobile connectivity on a BYOD basis.
Additional elements include but are not limited to; The provision of associated training and education services, to provide development and learning interventions. The provision of software of online solutions which will support in education solutions within the intention of increasing digital inclusion. Advisory services regarding appropriate grants and funding mechanisms.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Price / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Optional 12 month extension at the discretion of Procurement for Housing.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
PfH is seeking to appoint 5 suppliers to this lot as set out in the tender documentation but may award places on each Lot to a fewer or greater number of suppliers depending on the bids received and exercise its discretion to award a greater or fewer number of places on a lot-by-lot basis.
two.2) Description
two.2.1) Title
Internet of Things
Lot No
6
two.2.2) Additional CPV code(s)
- 32260000 - Data-transmission equipment
- 32580000 - Data equipment
- 32581000 - Data-communications equipment
- 32582000 - Data carriers
- 32583000 - Data and voice media
- 48611000 - Database software package
- 64210000 - Telephone and data transmission services
- 64216110 - Electronic data exchange services
- 72300000 - Data services
- 72311100 - Data conversion services
- 72313000 - Data capture services
- 72315200 - Data network management services
- 72317000 - Data storage services
- 72318000 - Data transmission services
- 72421000 - Internet or intranet client application development services
- 72422000 - Internet or intranet server application development services
- 72000000 - IT services: consulting, software development, Internet and support
- 30237475 - Electric sensors
- 32510000 - Wireless telecommunications system
- 64226000 - Telematics services
- 35125100 - Sensors
- 72222300 - Information technology services
- 72315000 - Data network management and support services
- 31712349 - Radio frequency (RF) diodes
- 32000000 - Radio, television, communication, telecommunication and related equipment
- 32200000 - Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television
- 32221000 - Radio beacons
- 32344200 - Radio receivers
- 32344210 - Radio equipment
- 32344230 - Radio stations
- 32344250 - Radio installations
- 32430000 - Wide area network
- 72720000 - Wide area network services
- 64211200 - Long distance telephone services
- 31712112 - SIM cards
- 42961300 - Vehicle location system
- 38112100 - Global navigation and positioning systems (GPS or equivalent)
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 6 will provide members a full range of connectivity solutions all focused around IOT connectivity and data, which will enable members to identify, monitor and measure sensors within any environment. It is thought that the application of IOT is highly likely that members will be focused on solutions which support them in improving the services provided to PfH Member Customers thorough many different applications, for example, monitoring boiler performance, smoke alarms, fire alarms, heat alarms, legionella, humidity, energy consumption, water consumption, although this is not an exhaustive list and is likely to develop over the course of the framework.
Members call off requirements will vary in respect of volume and requirements, members will require a range of services from ad-hoc small volume trials, to a fully tailored and owned gateways with application integration, therefore the Supplier will need to provide a fully inclusive solution as detailed within the scope of this framework agreement, in order to fulfil the specified member requirements.
This lot is split into two sub lots;
Lot 6a – Shared Solutions – This lot is directly relevant to solutions where connectivity is provided on a shared gateway basis.
Lot 6b – Private solutions– This lot is directly relevant to solutions where connectivity is provided on a private gateway basis and is highly likely that the Customer will purchase and house the gateway within location which the Customer owns and/or leases, but ultimately has access and control of access to.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Cost criterion - Name: Price / Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £32,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Optional extension of 12 months at the discretion of Procurement for Housing.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
PfH is seeking to appoint 5 suppliers to this lot as set out in the tender documentation but may award places on each Lot to a fewer or greater number of suppliers depending on the bids received and exercise its discretion to award a greater or fewer number of places on a lot-by-lot basis.
For further information on sub-lot values, please refer to the procurement documentation.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As set out in the procurement documentation.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As set out in the procurement documentation.
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 35
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: 2021/S 000-000338
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
6 September 2021
Local time
12:00pm
Changed to:
Date
27 September 2021
Local time
12:00pm
See the change notice.
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 September 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; Any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations And any other contracting authority listed on the following page of the PfH website
http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=223544.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.
Suppliers 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.
(MT Ref:223544)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit