Contract

Human Resources, Payroll and Employee Screening Services

  • Crescent Purchasing Limited
  • Education
  • Dukefield Procurement Limited
  • Public Sector

F03: Contract award notice

Notice identifier: 2022/S 000-034347

Procurement identifier (OCID): ocds-h6vhtk-03527e

Published 5 December 2022, 1:47pm



Section one: Contracting authority

one.1) Name and addresses

Crescent Purchasing Limited

Procurement House , Unit 23, Leslie Hough Way

Salford

M6 6AJ

Email

helpdesk@thecpc.ac.uk

Telephone

+44 8000662188

Fax

+44 1612955599

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

Education

Procurement House , Unit 23

Salford

M6 6AJ

Email

helpdesk@thecpc.ac.uk

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

Dukefield Procurement Limited

Parkside House 167, Chorley

Bolton

BL1 4RA

Email

holly.ashworth@dukefield.procurement.co.uk

Telephone

+44 1204374160

Country

United Kingdom

NUTS code

UKD3 - Greater Manchester

Internet address(es)

Main address

http://www.dukefield.co.uk/about-us/

Buyer's address

http://www.dukefield.co.uk/about-us/

one.1) Name and addresses

Public Sector

Procurement House , Unit 23

Salford

M6 6AJ

Email

helpdesk@thecpc.ac.uk

Telephone

+44 1204374160

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

Human Resources, Payroll and Employee Screening Services

Reference number

CA10556 - CPC/DU/HR/02

two.1.2) Main CPV code

  • 79414000 - Human resources management consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Framework will provide a comprehensive range of HR, Payroll and Employee Screening Services. It is being established to meet the needs of Crescent Purchasing Consortium Members,http://www.thecpc.ac.uk/members/regions.php and potential members at https://www.get-information-schools.service.gov.uk/new. It is also open for use by all contracting authorities across the UK public sector (and any future successors). 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 organisations and geographical areas is available at:

http://www.dukefieldprocurement.co.uk/fts-eligible-users

The Framework will be let across five Lots, with a maximum of 8 suppliers awarded a place on each of the Lots.

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: £100,000,000

two.2) Description

two.2.1) Title

Human Resource Payroll and Employee Screening Services One-Stop-Shop

Lot No

1

two.2.2) Additional CPV code(s)

  • 79900000 - Miscellaneous business and business-related services
  • 79625000 - Supply services of medical personnel
  • 79633000 - Staff development services
  • 79611000 - Job search services
  • 79624000 - Supply services of nursing personnel
  • 79400000 - Business and management consultancy and related services
  • 75131100 - General personnel services for the government
  • 79621000 - Supply services of office personnel
  • 79630000 - Personnel services except placement and supply services
  • 48400000 - Business transaction and personal business software package
  • 79410000 - Business and management consultancy services
  • 79600000 - Recruitment services
  • 72212400 - Business transaction and personal business software development services
  • 80511000 - Staff training services
  • 79631000 - Personnel and payroll services
  • 79610000 - Placement services of personnel
  • 79612000 - Placement services of office-support personnel
  • 72212450 - Time accounting or human resources software development services
  • 79635000 - Assessment centre services for recruitment
  • 79414000 - Human resources management consultancy services
  • 79620000 - Supply services of personnel including temporary staff
  • 48450000 - Time accounting or human resources software package
  • 79211110 - Payroll management services
  • 79990000 - Miscellaneous business-related services
  • 79634000 - Career guidance services
  • 79700000 - Investigation and security services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79632000 - Personnel-training services

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

This lot will include the provision of of all the Lots below as detailed within the respective lot descriptions, delivered as an integrated service to the framework user; thus delivering their requirement for human resource services, payroll and employee screening services from a single supplier.

two.2.5) Award criteria

Quality criterion - Name: 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 36 initial month(s) and option to extend 1x12 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) Description

two.2.1) Title

Human Resource Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 79611000 - Job search services
  • 79990000 - Miscellaneous business-related services
  • 48450000 - Time accounting or human resources software package
  • 72212450 - Time accounting or human resources software development services
  • 79630000 - Personnel services except placement and supply services
  • 79400000 - Business and management consultancy and related services
  • 79900000 - Miscellaneous business and business-related services
  • 79625000 - Supply services of medical personnel
  • 79634000 - Career guidance services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79635000 - Assessment centre services for recruitment
  • 79632000 - Personnel-training services
  • 79620000 - Supply services of personnel including temporary staff
  • 75131100 - General personnel services for the government
  • 72212400 - Business transaction and personal business software development services
  • 79610000 - Placement services of personnel
  • 79621000 - Supply services of office personnel
  • 79414000 - Human resources management consultancy services
  • 79624000 - Supply services of nursing personnel
  • 79600000 - Recruitment services
  • 48400000 - Business transaction and personal business software package
  • 80511000 - Staff training services
  • 79410000 - Business and management consultancy services
  • 79633000 - Staff development services
  • 79612000 - Placement services of office-support personnel

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

Human resource services including but not limited to, the following services:

Specialist recruitment/e-recruitment services, HR consultancy, managed services, training, business and administration support services, transformational services, leadership and management support services and employee support services.

two.2.5) Award criteria

Quality criterion - Name: 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 36 initial month(s) and option to extend 1x12 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) Description

two.2.1) Title

Payroll Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 79900000 - Miscellaneous business and business-related services
  • 79631000 - Personnel and payroll services
  • 80511000 - Staff training services
  • 79990000 - Miscellaneous business-related services
  • 48400000 - Business transaction and personal business software package
  • 48450000 - Time accounting or human resources software package
  • 72212450 - Time accounting or human resources software development services
  • 79410000 - Business and management consultancy services
  • 72212400 - Business transaction and personal business software development services
  • 79211110 - Payroll management services
  • 79630000 - Personnel services except placement and supply services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79633000 - Staff development services
  • 79400000 - Business and management consultancy and related services

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

Payroll Services including but not limited to: Data Input, Processing of Payroll, Setting Up and Processing of Pensions, Tax NI and Related Services, Holiday Calculations, Sickness Paternity and Maternity Calculations, Processing of Expenses and Benefit, Processing of Third Party Payments and Pensions, Payment of Salaries, Production of Payslips, Application of Legislative Updates, Provision of Management Information, Production of HMRC Documentation, Payroll Query Help Line and Employee Help Line. All services to be delivered either as a Bureau, Part Managed or Managed Service

two.2.5) Award criteria

Quality criterion - Name: 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 36 initial month(s) and option to extend 1x12 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) Description

two.2.1) Title

Employee Screening Services Solutions

Lot No

4

two.2.2) Additional CPV code(s)

  • 79631000 - Personnel and payroll services
  • 79611000 - Job search services
  • 79610000 - Placement services of personnel
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79700000 - Investigation and security services

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

This lot offers a full suite of employee screening checks including, but not limited to: Disclosure and Barring Service and Criminal record checks, as detailed in lot 5, Verification Service Checks, Credit Checks, Right to work checks, Identity Verification, Passport Validation, DVLA/Driving Licence checks, Directorship checks, Media/Social Media checks, International Fraud/Sanction checks, BS7858 Checks and The Baseline Personnel Security Standard (BPSS) Check

two.2.5) Award criteria

Quality criterion - Name: 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 36 initial month(s) and option to extend 1x12 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) Description

two.2.1) Title

Disclosure and Barring Service and Criminal Record Checks

Lot No

5

two.2.2) Additional CPV code(s)

  • 79610000 - Placement services of personnel
  • 79631000 - Personnel and payroll services
  • 79611000 - Job search services
  • 79000000 - Business services: law, marketing, consulting, recruitment, printing and security
  • 79700000 - Investigation and security services

two.2.3) Place of performance

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

United Kingdom

two.2.4) Description of the procurement

This lot offers a comprehensive range of Disclosure and Barring Service and Criminal Record checks such as: Basic, Standard and Enhanced Disclosure and Barring Service checks or equivalents.

two.2.5) Award criteria

Quality criterion - Name: 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 36 initial month(s) and option to extend 1x12 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


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: 2022/S 000-019414


Section five. Award of contract

Contract No

CA10556

Lot No

1

Title

Human Resource Payroll and Employee Screening Services One-Stop-Shop

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section five. Award of contract

Contract No

CA10556

Lot No

2

Title

Human Resource Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 December 2022

five.2.2) Information about tenders

Number of tenders received: 5

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

five.2.3) Name and address of the contractor

EPM Ltd

St Johns House,, Spitfire Close,

HUNTINGDON

PE29 6EP

Email

epm@epm.co.uk

Telephone

+44 1480431993

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.epm.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Liberata UK Ltd

5th Floor, Knollys House

London

CR0 6SR

Email

bidadmin@liberata.com

Telephone

+44 2073783700

Fax

+44 2073783701

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.liberata.com

The contractor is an SME

No

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

Total value of the contract/lot: £35,000,000


Section five. Award of contract

Contract No

CA10556

Lot No

3

Title

Payroll Services

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 December 2022

five.2.2) Information about tenders

Number of tenders received: 9

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

five.2.3) Name and address of the contractor

Liberata UK Ltd

5th Floor, Knollys House

London

CR0 6SR

Email

bidadmin@liberata.com

Telephone

+44 2073783700

Fax

+44 2073783701

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.liberata.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

EPM Ltd

St Johns House,, Spitfire Close,

HUNTINGDON

PE29 6EP

Email

epm@epm.co.uk

Telephone

+44 1480431993

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.epm.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Neo People Management Ltd

Hall Drine, Church Lane

St Ives

TR26 3DZ

Email

rob@neopeople.net

Telephone

+44 17367559900

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.neopeople.net

The contractor is an SME

No

five.2.3) Name and address of the contractor

PARSEQ LIMITED

Lowton Way, Hellaby

ROTHERHAM

S66 8RY

Email

info@parseq.com

Telephone

+44 1709448000

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.parseq.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

Civica UK Limited

Suite A1, Brunel House

Yeovil

BA22 8RT

Email

tracy.scott@civica.co.uk

Telephone

+44 1935424356

Fax

+44 1935804853

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.civica.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: £35,000,000


Section five. Award of contract

Contract No

CA10556

Lot No

4

Title

Employee Screening Services Solutions

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 December 2022

five.2.2) Information about tenders

Number of tenders received: 9

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

five.2.3) Name and address of the contractor

Verifile Limited

5 Franklin Court, Priory Business Park

Bedford

MK44 3JZ

Email

david.cole@verifile.co.uk

Telephone

+44 1234339339

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.verifile.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Due Diligence Checking Ltd

Meltongate House, 1282a Melton Road

Leicester

LE7 2HD

Email

matt@ddc.uk.net

Telephone

+44 1162603055

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.ddc.uk.net

The contractor is an SME

Yes

five.2.3) Name and address of the contractor

GIANT PRECISION LIMITED

LONDON

E14 9TQ

Email

athena.stephenson@giantgroup.com

Telephone

+44 3300240946

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.giantgroup.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

HORUS SECURITY CONSULTANCY LIMITED

60 St Aldates, Oxford

OXFORD

OX1 1ST

Email

info@horus-security.co.uk

Telephone

+44 2031375505

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.horus-security.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

3-2-1-GoCheck Ltd

London

HA9 8LY

Email

nurup@321GoCheck.com

Telephone

+44 7979995322

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.321GoCheck.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

ADECCO

Bridge House, 4 Borough High Street

London

SE1 9QQ

Email

bid.team@adecco.co.uk

Telephone

+44 2074030978

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

http://www.adecco.co.uk/contactus/find-a-branch/default.aspx

The contractor is an SME

No

five.2.3) Name and address of the contractor

Complete Background Screening Ltd

Complete Background Screening, CBS House

Mountain Ash

CF45 4ER

Email

rachelb@cbscreening.co.uk

Telephone

+44 1443799900

Fax

+44 1443790090

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.cbscreening.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: £15,000,000


Section five. Award of contract

Contract No

CA10556

Lot No

5

Title

Disclosure and Barring Service and Criminal Record Checks

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 December 2022

five.2.2) Information about tenders

Number of tenders received: 9

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

five.2.3) Name and address of the contractor

GIANT PRECISION LIMITED

LONDON

E14 9TQ

Email

athena.stephenson@giantgroup.com

Telephone

+44 3300240946

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.giantgroup.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

3-2-1-GoCheck Ltd

London

HA9 8LY

Email

nurup@321GoCheck.com

Telephone

+44 7979995322

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.321GoCheck.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

Liberata UK Ltd

5th Floor, Knollys House

London

CR0 6SR

Email

bidadmin@liberata.com

Telephone

+44 2073783700

Fax

+44 2073783701

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.liberata.com

The contractor is an SME

No

five.2.3) Name and address of the contractor

ADECCO

Bridge House, 4 Borough High Street

London

SE1 9QQ

Email

bid.team@adecco.co.uk

Telephone

+44 2074030978

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

http://www.adecco.co.uk/contactus/find-a-branch/default.aspx

The contractor is an SME

No

five.2.3) Name and address of the contractor

Verifile Limited

5 Franklin Court, Priory Business Park

Bedford

MK44 3JZ

Email

david.cole@verifile.co.uk

Telephone

+44 1234339339

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://www.verifile.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

HORUS SECURITY CONSULTANCY LIMITED

60 St Aldates, Oxford

OXFORD

OX1 1ST

Email

info@horus-security.co.uk

Telephone

+44 2031375505

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.horus-security.co.uk

The contractor is an SME

No

five.2.3) Name and address of the contractor

Complete Background Screening Ltd

Complete Background Screening, CBS House

Mountain Ash

CF45 4ER

Email

rachelb@cbscreening.co.uk

Telephone

+44 1443799900

Fax

+44 1443790090

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

www.cbscreening.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: £15,000,000


Section six. Complementary information

six.3) Additional information

CPC Internal Reference Number is CPC/DU/HR/02. The framework is being delivered by Crescent Purchasing Ltd through Crescent Purchasing Consortium and its partners Dukefield Procurement Ltd (who are a subsidiary of Dukefield Group Ltd). Dukefield Procurement Ltd are acting as agents of Crescent Purchasing Consortium in the development and ongoing contract management of this framework. The contracting authority will be using an eTendering 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 on a Lot is tied with the same final evaluation score and are ranked in the last supplier award position, each of these tenderers shall be deemed to occupy the last framework agreement contract award position for the Lot in question for the purpose of calculating the maximum number of suppliers under the framework.

The contracting authority will award a framework agreement to additional tenderers on a particular Lot beyond the stated maximum number for that Lot, where their final evaluation score (s) is within 0.5% of the last placed position only on the particular Lot. For the avoidance of doubt, the last placed position in respect of this framework on each lot is eighth place. Therefore, tenderers within 0.5%, along with the tenderer in last placed position on a lot, shall be deemed to occupy the last framework agreement contract award position for that particular 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 where 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 Procurement Regulations 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