Section one: Contracting authority
one.1) Name and addresses
Departmental Solicitor's Office
Lanyon Plaza, Lanyon Place
BELFAST
BT1 3LP
Contact
SSDAdmin.CPDfinance-ni.gov.uk
SSDAdmin.CPD@finance-ni.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
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
ID 4789374 DoF - DSO Legal Services Framework
Reference number
4789374
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
Departmental Solicitors Office (DSO) intends to establish a Framework Agreement for the provision of specified legal services within Northern Ireland, on behalf their clients, the NICS Department and Agencies. The list of participating bodies can be found within Annex A of the Framework Agreement Specification. DSO are the in-house legal provision for the NICS Departments and Agencies. This framework will act as an overflow to the services provided by DSO. DSO and the Client is not obliged to procure services exclusively from this Framework Agreement and are free to either use their own in-house service provision, or to procure services outside this Framework Agreement. The Framework will be used on occasions where DSO is unable to provide the client Departments and Agencies with the legal support required within the client Departments’ required timescales or, for specific project work that DSO cannot facilitate within its existing resource. On such occasions this Legal Services Framework will supplement the legal services supplied by DSO. The Framework Agreement will contain five (5) Lots for the provision of legal services as described in the Framework Agreement Specification. The three highest ranked tenderers for each of the 5 Lots will be awarded a place on the Framework Agreement (in the event there is an insufficient number of tenderers which satisfy the qualification criteria and pass the Assessment Criteria for each Lot, a Lot may be established with this lower number of tenderers). Tenderers can tender for one, multiple, or all Lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for.
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: £1,333,333
two.2) Description
two.2.1) Title
Inquiries Law
Lot No
1
two.2.2) Additional CPV code(s)
- 79110000 - Legal advisory and representation services
- 79111000 - Legal advisory services
- 79112000 - Legal representation services
- 79112100 - Stakeholders representation services
- 79140000 - Legal advisory and information services
- 75231100 - Law-courts-related administrative services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Departmental Solicitors Office (DSO) intends to establish a Framework Agreement for the provision of specified legal services within Northern Ireland, on behalf their clients, the NICS Department and Agencies. The list of participating bodies can be found within Annex A of the Framework Agreement Specification. DSO are the in-house legal provision for the NICS Departments and Agencies. This framework will act as an overflow to the services provided by DSO. DSO and the Client is not obliged to procure services exclusively from this Framework Agreement and are free to either use their own in-house service provision, or to procure services outside this Framework Agreement. The Framework will be used on occasions where DSO is unable to provide the client Departments and Agencies with the legal support required within the client Departments’ required timescales or, for specific project work that DSO cannot facilitate within its existing resource. On such occasions this Legal Services Framework will supplement the legal services supplied by DSO. The Framework Agreement will contain five (5) Lots for the provision of legal services as described in the Framework Agreement Specification. The three highest ranked tenderers for each of the 5 Lots will be awarded a place on the Framework Agreement (in the event there is an insufficient number of tenderers which satisfy the qualification criteria and pass the Assessment Criteria for each Lot, a Lot may be established with this lower number of tenderers). Tenderers can tender for one, multiple, or all Lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for.
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
The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the. potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services. as detailed in the tender documents. This figure does not however take into account the application of indexation. Neither CPD nor. the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does notbind itself to. accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third. party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless. of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the. Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation. that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic. Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the. procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them
two.2) Description
two.2.1) Title
Corporate and Commercial Law
Lot No
2
two.2.2) Additional CPV code(s)
- 79110000 - Legal advisory and representation services
- 79111000 - Legal advisory services
- 79112000 - Legal representation services
- 79112100 - Stakeholders representation services
- 79140000 - Legal advisory and information services
- 75231100 - Law-courts-related administrative services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Departmental Solicitors Office (DSO) intends to establish a Framework Agreement for the provision of specified legal services within Northern Ireland, on behalf their clients, the NICS Department and Agencies. The list of participating bodies can be found within Annex A of the Framework Agreement Specification. DSO are the in-house legal provision for the NICS Departments and Agencies. This framework will act as an overflow to the services provided by DSO. DSO and the Client is not obliged to procure services exclusively from this Framework Agreement and are free to either use their own in-house service provision, or to procure services outside this Framework Agreement. The Framework will be used on occasions where DSO is unable to provide the client Departments and Agencies with the legal support required within the client Departments’ required timescales or, for specific project work that DSO cannot facilitate within its existing resource. On such occasions this Legal Services Framework will supplement the legal services supplied by DSO. The Framework Agreement will contain five (5) Lots for the provision of legal services as described in the Framework Agreement Specification. The three highest ranked tenderers for each of the 5 Lots will be awarded a place on the Framework Agreement (in the event there is an insufficient number of tenderers which satisfy the qualification criteria and pass the Assessment Criteria for each Lot, a Lot may be established with this lower number of tenderers). Tenderers can tender for one, multiple, or all Lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for.
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
The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the. potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services. as detailed in the tender documents. This figure does not however take into account the application of indexation. Neither CPD nor. the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does notbind itself to. accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third. party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless. of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the. Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation. that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic. Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the. procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them
two.2) Description
two.2.1) Title
Law relating to Property matters
Lot No
3
two.2.2) Additional CPV code(s)
- 79110000 - Legal advisory and representation services
- 79111000 - Legal advisory services
- 79112000 - Legal representation services
- 79112100 - Stakeholders representation services
- 79140000 - Legal advisory and information services
- 75231100 - Law-courts-related administrative services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Departmental Solicitors Office (DSO) intends to establish a Framework Agreement for the provision of specified legal services within Northern Ireland, on behalf their clients, the NICS Department and Agencies. The list of participating bodies can be found within Annex A of the Framework Agreement Specification. DSO are the in-house legal provision for the NICS Departments and Agencies. This framework will act as an overflow to the services provided by DSO. DSO and the Client is not obliged to procure services exclusively from this Framework Agreement and are free to either use their own in-house service provision, or to procure services outside this Framework Agreement. The Framework will be used on occasions where DSO is unable to provide the client Departments and Agencies with the legal support required within the client Departments’ required timescales or, for specific project work that DSO cannot facilitate within its existing resource. On such occasions this Legal Services Framework will supplement the legal services supplied by DSO. The Framework Agreement will contain five (5) Lots for the provision of legal services as described in the Framework Agreement Specification. The three highest ranked tenderers for each of the 5 Lots will be awarded a place on the Framework Agreement (in the event there is an insufficient number of tenderers which satisfy the qualification criteria and pass the Assessment Criteria for each Lot, a Lot may be established with this lower number of tenderers). Tenderers can tender for one, multiple, or all Lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for.
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
The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the. potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services. as detailed in the tender documents. This figure does not however take into account the application of indexation. Neither CPD nor. the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does notbind itself to. accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third. party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless. of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the. Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation. that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic. Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the. procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them
two.2) Description
two.2.1) Title
Law relating to DAERA matters
Lot No
4
two.2.2) Additional CPV code(s)
- 79110000 - Legal advisory and representation services
- 79111000 - Legal advisory services
- 79112000 - Legal representation services
- 79112100 - Stakeholders representation services
- 79140000 - Legal advisory and information services
- 75231100 - Law-courts-related administrative services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Departmental Solicitors Office (DSO) intends to establish a Framework Agreement for the provision of specified legal services within Northern Ireland, on behalf their clients, the NICS Department and Agencies. The list of participating bodies can be found within Annex A of the Framework Agreement Specification. DSO are the in-house legal provision for the NICS Departments and Agencies. This framework will act as an overflow to the services provided by DSO. DSO and the Client is not obliged to procure services exclusively from this Framework Agreement and are free to either use their own in-house service provision, or to procure services outside this Framework Agreement. The Framework will be used on occasions where DSO is unable to provide the client Departments and Agencies with the legal support required within the client Departments’ required timescales or, for specific project work that DSO cannot facilitate within its existing resource. On such occasions this Legal Services Framework will supplement the legal services supplied by DSO. The Framework Agreement will contain five (5) Lots for the provision of legal services as described in the Framework Agreement Specification. The three highest ranked tenderers for each of the 5 Lots will be awarded a place on the Framework Agreement (in the event there is an insufficient number of tenderers which satisfy the qualification criteria and pass the Assessment Criteria for each Lot, a Lot may be established with this lower number of tenderers). Tenderers can tender for one, multiple, or all Lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for.
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
The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the. potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services. as detailed in the tender documents. This figure does not however take into account the application of indexation. Neither CPD nor. the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does notbind itself to. accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third. party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless. of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the. Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation. that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic. Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the. procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them
two.2) Description
two.2.1) Title
Law relating to DfC matters
Lot No
5
two.2.2) Additional CPV code(s)
- 79110000 - Legal advisory and representation services
- 79111000 - Legal advisory services
- 79112000 - Legal representation services
- 79112100 - Stakeholders representation services
- 79140000 - Legal advisory and information services
- 75231100 - Law-courts-related administrative services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
Departmental Solicitors Office (DSO) intends to establish a Framework Agreement for the provision of specified legal services within Northern Ireland, on behalf their clients, the NICS Department and Agencies. The list of participating bodies can be found within Annex A of the Framework Agreement Specification. DSO are the in-house legal provision for the NICS Departments and Agencies. This framework will act as an overflow to the services provided by DSO. DSO and the Client is not obliged to procure services exclusively from this Framework Agreement and are free to either use their own in-house service provision, or to procure services outside this Framework Agreement. The Framework will be used on occasions where DSO is unable to provide the client Departments and Agencies with the legal support required within the client Departments’ required timescales or, for specific project work that DSO cannot facilitate within its existing resource. On such occasions this Legal Services Framework will supplement the legal services supplied by DSO. The Framework Agreement will contain five (5) Lots for the provision of legal services as described in the Framework Agreement Specification. The three highest ranked tenderers for each of the 5 Lots will be awarded a place on the Framework Agreement (in the event there is an insufficient number of tenderers which satisfy the qualification criteria and pass the Assessment Criteria for each Lot, a Lot may be established with this lower number of tenderers). Tenderers can tender for one, multiple, or all Lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for.
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
The figure indicated in Section II 1.7 represents an estimated contract value. This value reflects the. potential scale of the contract and takes into account potential optional extension periods and the uptake of potential optional services. as detailed in the tender documents. This figure does not however take into account the application of indexation. Neither CPD nor. the Authority can provide any guarantee as to the level of business under this contract. The Contracting Authority does notbind itself to. accept the lowest or any tender. Economic Operators remain responsible for all costs and expenses incurred by them or by any third. party acting under instructions from the Economic Operator in connection with taking part in this procurement process regardless. of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the. Contracting Authority at any time. No legally binding contract shall arise and an Economic Operator shall. have no legitimate expectation. that a contract will be entered into until such time as entry into the Contract has been confirmed by the. Contracting Authority. Economic. Operators should note that all dates, time periods and figures in relation to values and volumes specified. in this notice and the. procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-009078
Section five. Award of contract
Contract No
1
Lot No
1
Title
Inquiries Law
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
CLEAVER FULTON RANKIN LTD
50 Bedford St
BELFAST
BT2 7FW
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Carson McDowell LLP
Murray House
BELFAST
BT1 6DN
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Tughans
Marlborough House
BELFAST
BT1 3GG
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1
Total value of the contract/lot: £1
Section five. Award of contract
Contract No
2
Lot No
2
Title
Corporate and Commercial Law
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
CLEAVER FULTON RANKIN LTD
50 Bedford St
BELFAST
BT2 7FW
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
ARTHUR COX
Victoria House
BELFAST
BT1 4LS
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Carson McDowell LLP
Murray House
BELFAST
BT1 6DN
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1
Total value of the contract/lot: £1
Section five. Award of contract
Contract No
3
Lot No
3
Title
Law relating to Property matters
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
CLEAVER FULTON RANKIN LTD
50 Bedford St
BELFAST
BT2 7FW
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Carson McDowell LLP
Murray House
BELFAST
BT1 6DN
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
ARTHUR COX
Victoria House
BELFAST
BT1 4LS
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1
Total value of the contract/lot: £1
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Section five. Award of contract
Contract No
4
Lot No
4
Title
Law relating to DAERA matters
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 3
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
CLEAVER FULTON RANKIN LTD
50 Bedford St
BELFAST
BT2 7FW
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
TLT N.I. LLP
Riverhouse 48-60 High Street
BELFAST
BT1 2BE
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
ARTHUR COX
Victoria House
BELFAST
BT1 4LS
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1
Total value of the contract/lot: £1
Section five. Award of contract
Contract No
5
Lot No
5
Title
Law relating to DfC matters
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 September 2024
five.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
CLEAVER FULTON RANKIN LTD
50 Bedford St
BELFAST
BT2 7FW
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
ARTHUR COX
Victoria House
BELFAST
BT1 4LS
Country
United Kingdom
NUTS code
- UK - United Kingdom
Internet address
https://etendersni.gov.uk/epps
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1
Total value of the contract/lot: £1
Section six. Complementary information
six.3) Additional information
The successful contractor’s performance on the contract will be regularly monitored in line with the tender documentation. Contractors... not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor... fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still... fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If... this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of... grave professional misconduct and they may be issued with a Notice of Unsatisfactory Performance and the contract may be terminated.... The issue of a Notice of Unsatisfactory Performance can result in the Contractor being excluded from all procurement competitions... being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a... period of three years from the date of issue.. . The Authority expressly reserves the rights:. . (I). not to award any contract as a result of.. the. procurement process commenced by publication of this notice;. (II). to make whatever changes it may see fit to the content and.. structure. of the tendering Competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and... (IV). to. award contract(s) in stages.. . and in no circumstances will the Authority be liable for any costs incurred by candidates
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 (as amended).
Belfast
Country
United Kingdom