- Scope of the procurement
- Lot 1. Slow Charge Point Infrastructure
- Lot 2. Fast Charge Point Infrastructure
- Lot 3. Rapid Charge Point Infrastructure
- Lot 4. Ultra Rapid Charge Point Infrastructure
- Lot 5. Slow Charge Point Infrastructure Maintenance
- Lot 6. Fast Charge Point Infrastructure Maintenance
- Lot 7. Rapid Charge Point Infrastructure Maintenance
- Lot 8. Ultra Rapid Charge Point Infrastructure Maintenance
Section one: Contracting authority
one.1) Name and addresses
London Councils
4th Floor, 12 Arthur Street
London
EC4R 9AB
Contact
Tim Batkin
tim.batkin@londoncouncils.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
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
London Councils Electronic Vehicle Infrastructure (EVI) and Maintenance Dynamic Purchasing System (DPS)
Reference number
DN2670
two.1.2) Main CPV code
- 31158000 - Chargers
two.1.3) Type of contract
Supplies
two.1.4) Short description
London Councils is the collective of London local government, the 32 boroughs and City of London Corporation.
London Councils are seeking Economic Operators to be appointed onto a Dynamic Purchasing System (“DPS”) for the provision of Electronic Vehicle (EV) Infrastructure and maintenance supplies and services, (including the necessary ancillary supplies and services to provide for Electronic Charge Points installation, operation and maintenance delivery) nationally and under the Local Electric Vehicle Infrastructure (LEVI) funding operated in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport, (DfT).
The Lots for supply of the Charge Point provision are divided into; Slow, Fast, Rapid and Ultra Rapid, with additional maintenance lots to cover the Charge Point type. Each Lot includes all the attendant and necessary required ancillary supplies and services to deliver an Electronic Vehicle Infrastructure and Maintenance.
two.1.5) Estimated total value
Value excluding VAT: £1,560,000,000
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
Slow Charge Point Infrastructure
Lot No
1
two.2.2) Additional CPV code(s)
- 31158000 - Chargers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
London Councils are seeking Economic Operators to be appointed onto a Dynamic Purchasing System (“DPS”) for the provision of Electronic Vehicle (EV) Infrastructure and maintenance supplies and services, nationally and under the Local Electric Vehicle Infrastructure (LEVI) funding operated in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport, (DfT).
The DPS is designed to meet the needs of all the 32 London Boroughs, which can be identified here:
(the Boroughs have formed 9 Partnerships with a Lead Partnership Contracting Authority) which includes the City of London Corporation, and will be accessible to the Wider Public Sector, (WPS), which can be identified here:
https://www.gov.uk/government/organisations
Including Transport for London, (TfL) which can be identified here:
Keeping London moving - Transport for London (tfl.gov.uk),
the Greater London Authority which can be identified here;
Home page (london.gov.uk),
and national local government, which can be identified here:
Find your local council - GOV.UK (www.gov.uk). Tenderers should note that although access will be available to the Borough Councils and WPS that there is no mandate for the use of the DPS and therefore no guarantee or warranty is provided for the eventual use of it.
This DPS will be open to new Economic Operators throughout the term of the DPS
Additional CPV relevant to this DPS:
3115 8100 Battery Chargers;
3168 1500 Rechargers
3160 0000 Electrical Equipment and apparatus
0931 0000 Electricity
5000 0000 Repair and Maintenance Services
5053 2000 Repair and Maintenance Electrical Machinery and Apparatus
London Councils anticipate that the DPS could be accessed by a number of Contracting Authorities, who may avail themselves of it through a number of procurement procedures, including Public Contract Regulations 2015, Utility Contract Regulations 2016, and Defence and Security Public Contracts Regulations, and Concession Contract Regulations 2016. In the event of further competitions being exercised through this DPS to award a Concession Contract(s), London Council will recommend an additional Contract Notice is published to FTS alerting interested Economic Operators to access and join the DPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £390,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
23 February 2029
This contract is subject to renewal
No
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) Description
two.2.1) Title
Fast Charge Point Infrastructure
Lot No
2
two.2.2) Additional CPV code(s)
- 31158000 - Chargers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
London Councils are seeking Economic Operators to be appointed onto a Dynamic Purchasing System (“DPS”) for the provision of Electronic Vehicle (EV) Infrastructure and maintenance supplies and services, nationally and under the Local Electric Vehicle Infrastructure (LEVI) funding operated in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport, (DfT).
The DPS is designed to meet the needs of all the 32 London Boroughs, which can be identified here:
(the Boroughs have formed 9 Partnerships with a Lead Partnership Contracting Authority) which includes the City of London Corporation, and will be accessible to the Wider Public Sector, (WPS), which can be identified here:
https://www.gov.uk/government/organisations
Including Transport for London, (TfL) which can be identified here:
Keeping London moving - Transport for London (tfl.gov.uk),
the Greater London Authority which can be identified here;
Home page (london.gov.uk),
and national local government, which can be identified here:
Find your local council - GOV.UK (www.gov.uk). Tenderers should note that although access will be available to the Borough Councils and WPS that there is no mandate for the use of the DPS and therefore no guarantee or warranty is provided for the eventual use of it.
This DPS will be open to new Economic Operators throughout the term of the DPS
Additional CPV relevant to this DPS:
3115 8100 Battery Chargers;
3168 1500 Rechargers
3160 0000 Electrical Equipment and apparatus
0931 0000 Electricity
5000 0000 Repair and Maintenance Services
5053 2000 Repair and Maintenance Electrical Machinery and Apparatus
London Councils anticipate that the DPS could be accessed by a number of Contracting Authorities, who may avail themselves of it through a number of procurement procedures, including Public Contract Regulations 2015, Utility Contract Regulations 2016, and Defence and Security Public Contracts Regulations, and Concession Contract Regulations 2016. In the event of further competitions being exercised through this DPS to award a Concession Contract(s), London Council will recommend an additional Contract Notice is published to FTS alerting interested Economic Operators to access and join the DPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £390,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
23 February 2029
This contract is subject to renewal
No
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) Description
two.2.1) Title
Rapid Charge Point Infrastructure
Lot No
3
two.2.2) Additional CPV code(s)
- 31158000 - Chargers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
London Councils are seeking Economic Operators to be appointed onto a Dynamic Purchasing System (“DPS”) for the provision of Electronic Vehicle (EV) Infrastructure and maintenance supplies and services, nationally and under the Local Electric Vehicle Infrastructure (LEVI) funding operated in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport, (DfT).
The DPS is designed to meet the needs of all the 32 London Boroughs, which can be identified here:
(the Boroughs have formed 9 Partnerships with a Lead Partnership Contracting Authority) which includes the City of London Corporation, and will be accessible to the Wider Public Sector, (WPS), which can be identified here:
https://www.gov.uk/government/organisations
Including Transport for London, (TfL) which can be identified here:
Keeping London moving - Transport for London (tfl.gov.uk),
the Greater London Authority which can be identified here;
Home page (london.gov.uk),
and national local government, which can be identified here:
Find your local council - GOV.UK (www.gov.uk). Tenderers should note that although access will be available to the Borough Councils and WPS that there is no mandate for the use of the DPS and therefore no guarantee or warranty is provided for the eventual use of it.
This DPS will be open to new Economic Operators throughout the term of the DPS
Additional CPV relevant to this DPS:
3115 8100 Battery Chargers;
3168 1500 Rechargers
3160 0000 Electrical Equipment and apparatus
0931 0000 Electricity
5000 0000 Repair and Maintenance Services
5053 2000 Repair and Maintenance Electrical Machinery and Apparatus
London Councils anticipate that the DPS could be accessed by a number of Contracting Authorities, who may avail themselves of it through a number of procurement procedures, including Public Contract Regulations 2015, Utility Contract Regulations 2016, and Defence and Security Public Contracts Regulations, and Concession Contract Regulations 2016. In the event of further competitions being exercised through this DPS to award a Concession Contract(s), London Council will recommend an additional Contract Notice is published to FTS alerting interested Economic Operators to access and join the DPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £390,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
23 February 2029
This contract is subject to renewal
No
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) Description
two.2.1) Title
Ultra Rapid Charge Point Infrastructure
Lot No
4
two.2.2) Additional CPV code(s)
- 31158000 - Chargers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
London Councils are seeking Economic Operators to be appointed onto a Dynamic Purchasing System (“DPS”) for the provision of Electronic Vehicle (EV) Infrastructure and maintenance supplies and services, nationally and under the Local Electric Vehicle Infrastructure (LEVI) funding operated in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport, (DfT).
The DPS is designed to meet the needs of all the 32 London Boroughs, which can be identified here:
(the Boroughs have formed 9 Partnerships with a Lead Partnership Contracting Authority) which includes the City of London Corporation, and will be accessible to the Wider Public Sector, (WPS), which can be identified here:
https://www.gov.uk/government/organisations
Including Transport for London, (TfL) which can be identified here:
Keeping London moving - Transport for London (tfl.gov.uk),
the Greater London Authority which can be identified here;
Home page (london.gov.uk),
and national local government, which can be identified here:
Find your local council - GOV.UK (www.gov.uk). Tenderers should note that although access will be available to the Borough Councils and WPS that there is no mandate for the use of the DPS and therefore no guarantee or warranty is provided for the eventual use of it.
This DPS will be open to new Economic Operators throughout the term of the DPS
Additional CPV relevant to this DPS:
3115 8100 Battery Chargers;
3168 1500 Rechargers
3160 0000 Electrical Equipment and apparatus
0931 0000 Electricity
5000 0000 Repair and Maintenance Services
5053 2000 Repair and Maintenance Electrical Machinery and Apparatus
London Councils anticipate that the DPS could be accessed by a number of Contracting Authorities, who may avail themselves of it through a number of procurement procedures, including Public Contract Regulations 2015, Utility Contract Regulations 2016, and Defence and Security Public Contracts Regulations, and Concession Contract Regulations 2016. In the event of further competitions being exercised through this DPS to award a Concession Contract(s), London Council will recommend an additional Contract Notice is published to FTS alerting interested Economic Operators to access and join the DPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £390,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
23 February 2029
This contract is subject to renewal
No
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) Description
two.2.1) Title
Slow Charge Point Infrastructure Maintenance
Lot No
5
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
London Councils are seeking Economic Operators to be appointed onto a Dynamic Purchasing System (“DPS”) for the provision of Electronic Vehicle (EV) Infrastructure and maintenance supplies and services, nationally and under the Local Electric Vehicle Infrastructure (LEVI) funding operated in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport, (DfT).
The DPS is designed to meet the needs of all the 32 London Boroughs, which can be identified here:
(the Boroughs have formed 9 Partnerships with a Lead Partnership Contracting Authority) which includes the City of London Corporation, and will be accessible to the Wider Public Sector, (WPS), which can be identified here:
https://www.gov.uk/government/organisations
Including Transport for London, (TfL) which can be identified here:
Keeping London moving - Transport for London (tfl.gov.uk),
the Greater London Authority which can be identified here;
Home page (london.gov.uk),
and national local government, which can be identified here:
Find your local council - GOV.UK (www.gov.uk). Tenderers should note that although access will be available to the Borough Councils and WPS that there is no mandate for the use of the DPS and therefore no guarantee or warranty is provided for the eventual use of it.
This DPS will be open to new Economic Operators throughout the term of the DPS
Additional CPV relevant to this DPS:
3115 8100 Battery Chargers;
3168 1500 Rechargers
3160 0000 Electrical Equipment and apparatus
0931 0000 Electricity
5000 0000 Repair and Maintenance Services
5053 2000 Repair and Maintenance Electrical Machinery and Apparatus
London Councils anticipate that the DPS could be accessed by a number of Contracting Authorities, who may avail themselves of it through a number of procurement procedures, including Public Contract Regulations 2015, Utility Contract Regulations 2016, and Defence and Security Public Contracts Regulations, and Concession Contract Regulations 2016. In the event of further competitions being exercised through this DPS to award a Concession Contract(s), London Council will recommend an additional Contract Notice is published to FTS alerting interested Economic Operators to access and join the DPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
23 February 2029
This contract is subject to renewal
No
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) Description
two.2.1) Title
Fast Charge Point Infrastructure Maintenance
Lot No
6
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
London Councils are seeking Economic Operators to be appointed onto a Dynamic Purchasing System (“DPS”) for the provision of Electronic Vehicle (EV) Infrastructure and maintenance supplies and services, nationally and under the Local Electric Vehicle Infrastructure (LEVI) funding operated in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport, (DfT).
The DPS is designed to meet the needs of all the 32 London Boroughs, which can be identified here:
(the Boroughs have formed 9 Partnerships with a Lead Partnership Contracting Authority) which includes the City of London Corporation, and will be accessible to the Wider Public Sector, (WPS), which can be identified here:
https://www.gov.uk/government/organisations
Including Transport for London, (TfL) which can be identified here:
Keeping London moving - Transport for London (tfl.gov.uk),
the Greater London Authority which can be identified here;
Home page (london.gov.uk),
and national local government, which can be identified here:
Find your local council - GOV.UK (www.gov.uk). Tenderers should note that although access will be available to the Borough Councils and WPS that there is no mandate for the use of the DPS and therefore no guarantee or warranty is provided for the eventual use of it.
This DPS will be open to new Economic Operators throughout the term of the DPS
Additional CPV relevant to this DPS:
3115 8100 Battery Chargers;
3168 1500 Rechargers
3160 0000 Electrical Equipment and apparatus
0931 0000 Electricity
5000 0000 Repair and Maintenance Services
5053 2000 Repair and Maintenance Electrical Machinery and Apparatus
London Councils anticipate that the DPS could be accessed by a number of Contracting Authorities, who may avail themselves of it through a number of procurement procedures, including Public Contract Regulations 2015, Utility Contract Regulations 2016, and Defence and Security Public Contracts Regulations, and Concession Contract Regulations 2016. In the event of further competitions being exercised through this DPS to award a Concession Contract(s), London Council will recommend an additional Contract Notice is published to FTS alerting interested Economic Operators to access and join the DPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
23 February 2029
This contract is subject to renewal
No
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) Description
two.2.1) Title
Rapid Charge Point Infrastructure Maintenance
Lot No
7
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
London Councils are seeking Economic Operators to be appointed onto a Dynamic Purchasing System (“DPS”) for the provision of Electronic Vehicle (EV) Infrastructure and maintenance supplies and services, nationally and under the Local Electric Vehicle Infrastructure (LEVI) funding operated in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport, (DfT).
The DPS is designed to meet the needs of all the 32 London Boroughs, which can be identified here:
(the Boroughs have formed 9 Partnerships with a Lead Partnership Contracting Authority) which includes the City of London Corporation, and will be accessible to the Wider Public Sector, (WPS), which can be identified here:
https://www.gov.uk/government/organisations
Including Transport for London, (TfL) which can be identified here:
Keeping London moving - Transport for London (tfl.gov.uk),
the Greater London Authority which can be identified here;
Home page (london.gov.uk),
and national local government, which can be identified here:
Find your local council - GOV.UK (www.gov.uk). Tenderers should note that although access will be available to the Borough Councils and WPS that there is no mandate for the use of the DPS and therefore no guarantee or warranty is provided for the eventual use of it.
This DPS will be open to new Economic Operators throughout the term of the DPS
Additional CPV relevant to this DPS:
3115 8100 Battery Chargers;
3168 1500 Rechargers
3160 0000 Electrical Equipment and apparatus
0931 0000 Electricity
5000 0000 Repair and Maintenance Services
5053 2000 Repair and Maintenance Electrical Machinery and Apparatus
London Councils anticipate that the DPS could be accessed by a number of Contracting Authorities, who may avail themselves of it through a number of procurement procedures, including Public Contract Regulations 2015, Utility Contract Regulations 2016, and Defence and Security Public Contracts Regulations, and Concession Contract Regulations 2016. In the event of further competitions being exercised through this DPS to award a Concession Contract(s), London Council will recommend an additional Contract Notice is published to FTS alerting interested Economic Operators to access and join the DPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £7,800,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
23 February 2029
This contract is subject to renewal
No
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) Description
two.2.1) Title
Ultra Rapid Charge Point Infrastructure Maintenance
Lot No
8
two.2.2) Additional CPV code(s)
- 50000000 - Repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
London Councils are seeking Economic Operators to be appointed onto a Dynamic Purchasing System (“DPS”) for the provision of Electronic Vehicle (EV) Infrastructure and maintenance supplies and services, nationally and under the Local Electric Vehicle Infrastructure (LEVI) funding operated in conjunction with the Office for Zero Emission Vehicles, (OZEV), and Department for Transport, (DfT).
The DPS is designed to meet the needs of all the 32 London Boroughs, which can be identified here:
(the Boroughs have formed 9 Partnerships with a Lead Partnership Contracting Authority) which includes the City of London Corporation, and will be accessible to the Wider Public Sector, (WPS), which can be identified here:
https://www.gov.uk/government/organisations
Including Transport for London, (TfL) which can be identified here:
Keeping London moving - Transport for London (tfl.gov.uk),
the Greater London Authority which can be identified here;
Home page (london.gov.uk),
and national local government, which can be identified here:
Find your local council - GOV.UK (www.gov.uk). Tenderers should note that although access will be available to the Borough Councils and WPS that there is no mandate for the use of the DPS and therefore no guarantee or warranty is provided for the eventual use of it.
This DPS will be open to new Economic Operators throughout the term of the DPS
Additional CPV relevant to this DPS:
3115 8100 Battery Chargers;
3168 1500 Rechargers
3160 0000 Electrical Equipment and apparatus
0931 0000 Electricity
5000 0000 Repair and Maintenance Services
5053 2000 Repair and Maintenance Electrical Machinery and Apparatus
London Councils anticipate that the DPS could be accessed by a number of Contracting Authorities, who may avail themselves of it through a number of procurement procedures, including Public Contract Regulations 2015, Utility Contract Regulations 2016, and Defence and Security Public Contracts Regulations, and Concession Contract Regulations 2016. In the event of further competitions being exercised through this DPS to award a Concession Contract(s), London Council will recommend an additional Contract Notice is published to FTS alerting interested Economic Operators to access and join the DPS.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
End date
23 February 2029
This contract is subject to renewal
No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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.2.2) Time limit for receipt of tenders or requests to participate
Date
30 October 2024
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The contracting authority does not bind itself to accept any tender and is
not liable for any costs incurred by those expressing an interest or
tendering for this opportunity.
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The contracting authority will operate a minimum 10 calendar day
standstill period at the point information on the award of the contract is
communicated to tenderers to provide time for unsuccessful tenderers to
challenge the award decision before the contract is entered into.
Unsuccessful tenderers shall be notified by the contracting authority as
soon as possible after the decision is made as to the reasons why they
were unsuccessful. The Public Contracts Regulations 2015 provide that
aggrieved parties who have been harmed, or are at risk of harm, by breach
of the rules are to take action in the High Court (England, Wales and
Northern Ireland)."
six.4.4) Service from which information about the review procedure may be obtained
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom