MUFG Corporate Markets: Procurement of Leasing Facilities

  MUFG Corporate Markets is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Procurement of Leasing Facilities
Notice type: Contract Notice
Authority: MUFG Corporate Markets
Nature of contract: Services
Procedure: Open
Short Description: Durham County Council is seeking to establish a 4 year leasing facilities framework. The tender and subsequent framework agreement consists of 4 lots: - Lot 1: Residual based Lease Facilities - Lot 2: Non-residual based Lease Facilities - Lot 3: Educational Establishment Lease Facilities - Lot 4: Microsoft® Software and Services Lease Facilities It is anticipated that the framework will commence during June 2022. BIDDERS CAN BID ON ONE OR MORE LOTS.
Published: 25/03/2022 09:26
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Durham: Financial leasing services.
Section I: Contracting Authority
      I.1) Name and addresses
             Durham County Council
             County Hall, Durham, DH1 5UL, United Kingdom
             Tel. +44 7912977691, Email: robyn.ruddick@linkgroup.co.uk
             Contact: Robyn Ruddick
             Main Address: http://www.durham.gov.uk
             NUTS Code: UKC14
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: Yes.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Durham:-Financial-leasing-services./3XPB457K26
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Regional or local authority
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Procurement of Leasing Facilities       
      Reference Number: LTSL/DCC/LFF01
      II.1.2) Main CPV Code:
      66114000 - Financial leasing services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Durham County Council is seeking to establish a 4 year leasing facilities framework. The tender and subsequent framework agreement consists of 4 lots:

- Lot 1: Residual based Lease Facilities
- Lot 2: Non-residual based Lease Facilities
- Lot 3: Educational Establishment Lease Facilities
- Lot 4: Microsoft® Software and Services Lease Facilities

It is anticipated that the framework will commence during June 2022. BIDDERS CAN BID ON ONE OR MORE LOTS.       
      II.1.5) Estimated total value:
      Value excluding VAT: 500,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: Yes       
      Tenders may be submitted for: All lots
      Maximum number of lots that may be awarded to one tenderer: Not provided
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1
      
      II.2.1) Title: Lot 1: Residual based Lease Facilities       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      66114000 - Financial leasing services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 1 is for residual based lease facilities; cars, light commercial vehicles, heavy goods vehicles, specialist vehicles, IT, copiers, multi-functional devices, plant, general equipment and any other asset type the Council or any Eligible Bodies may require.

It is envisaged that a maximum of 25 economic operators (the Contractors) will be awarded a position on the Framework Agreement for Lot 1.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 140,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors participating in the resulting Framework Agreement.       
II.2) Description Lot No. 2
      
      II.2.1) Title: Lot 2: Non-residual based Lease Facilities       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      66114000 - Financial leasing services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 2 is for non-residual based lease facilities; cars, light commercial vehicles, heavy goods vehicles, specialist vehicles, IT, copiers, multi-functional devices, plant, general equipment and any other asset type the Council or an Eligible Bodies may require.

It is envisaged that a maximum of 25 economic operators (the Contractors) will be awarded a position on the Framework Agreement for Lot 2.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 140,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors.       
II.2) Description Lot No. 3
      
      II.2.1) Title: Lot 3: Educational Establishment Lease Facilities       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      66114000 - Financial leasing services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 3 is for non-residual and residual based lease facilities of reprographic equipment and ICT based equipment for Educational Establishments.

It is anticipated that the combined requirement from all Eligible Bodies accessing the Framework Agreement will result in between 500 and 1,000 leases being procured during the life of the Framework Agreement. It is envisaged that 1 economic operator (the Contractor) will be awarded a position on the Framework Agreement for Lot 3.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 20,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors       
II.2) Description Lot No. 4
      
      II.2.1) Title: Lot 4: Microsoft® Software and Services Lease Facilities       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      66114000 - Financial leasing services.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Lot 4 is for finance lease facilities and deferred payment plan agreements for Microsoft® licenses, other relevant software or IT related products provided by Microsoft® (and approved Microsoft® partners and third parties) and Microsoft® Premier / consulting services (and other relevant services provided by Microsoft® (and approved Microsoft® partners and third parties).

It is envisaged that 1 economic operator (the Contractor) will be awarded a position on the Framework Agreement for Lot 4.
      II.2.5) Award criteria:
            Price is not the only award criterion and all criteria are stated only in the procurement documents            
      II.2.6) Estimated value:
      Value excluding VAT: 200,000,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 48       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
      II.2.13) Information about European Union funds:
      The procurement is related to a project and/or programme financed by European Union funds: No       
      Identification of the project: Not provided             
      II.2.14) Additional information: The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors participating in the resulting Framework Agreement.       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Any supplier may be disqualified who has been convicted of:
(a) conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983 (b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);
(b) corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1of the Prevention of Corruption Act 1906(e);
(c) the common law offence of bribery;
(d) bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);
(e) where the offence relates to fraud affecting the European Communities financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):
(i) the common law offence of cheating the Revenue;
(ii) the common law offence of conspiracy to defraud;
(iii) fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);
(iv) fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);
(v) fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);
(vi) an offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);
(vii) destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);
(viii) fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or
(ix) the possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;
(f) any offence listed,
(i) in section 41 of the Counter Terrorism Act 2008(a); or
(ii) in Schedule 2 to that Act where the court has determined that there is a terrorist connection;
(g) any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);
(h) money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);
(i) an offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime
(Northern Ireland) Order1996(e);
(j) an offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);
(k) an offence under section 59A of the Sexual Offences Act 2003(g);
(l) an offence under section 71 of the Coroners and Justice Act 2009(h);
(m) an offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) any other offence within the meaning of Article 57(1) of the Public Contracts Directive;
(i) as defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.    
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.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: 52           
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 26/04/2022 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 26/04/2022
         Time: 12:05
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.Link Treasury Services Limited, trading as Link Group (Link), a major provider of advisory services to the UK public sector, intends to use this Framework Agreement to enable its clients to procure leasing facilities. Link will therefore provide details of the Framework Agreement and market the Framework Agreement to its clients. The Framework Agreement will be used by Durham County Council and may also be used by Link clients and all other contracting authorities in the United Kingdom (as defined in Regulation 2 of the Public Contracts Regulations 2015 #102), including but not limited to all Local Authorities, Fire & Rescue Services, Police and Crime Commissioners, Registered Providers of Social Housing, Schools, Colleges, Universities and other organisations located in the United Kingdom. Further information on the eligible bodies who can use the framework agreement can be found within Appendix B of the tender documentation.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Durham:-Financial-leasing-services./3XPB457K26

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/3XPB457K26
   VI.4) Procedures for review
   VI.4.1) Review body:
             Durham County Council
       County Hall, Durham, DH1 5UL, United Kingdom
       Internet address: http://www.durham.gov.uk
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 25/03/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Durham: Financial leasing services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Durham County Council
       County Hall, Durham, DH1 5UL, United Kingdom
       Tel. +44 7912977691, Email: robyn.ruddick@linkgroup.co.uk
       Contact: Robyn Ruddick
       Main Address: http://www.durham.gov.uk
       NUTS Code: UKC14

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: Yes

   I.4)Type of the contracting authority:
      Regional or local authority

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Procurement of Leasing Facilities            
      Reference number: LTSL/DCC/LFF01

      II.1.2) Main CPV code:
         66114000 - Financial leasing services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Durham County Council is seeking to establish a 4 year leasing facilities framework. The tender and subsequent framework agreement consists of 4 lots:

- Lot 1: Residual based Lease Facilities
- Lot 2: Non-residual based Lease Facilities
- Lot 3: Educational Establishment Lease Facilities
- Lot 4: Microsoft® Software and Services Lease Facilities

It is anticipated that the framework will commence during June 2022. BIDDERS CAN BID ON ONE OR MORE LOTS.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                                                                                                        
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 500,000,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Lot 1: Residual based Lease Facilities   
      Lot No:1

      II.2.2) Additional CPV code(s):
            66114000 - Financial leasing services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Lot 1 is for residual based lease facilities; cars, light commercial vehicles, heavy goods vehicles, specialist vehicles, IT, copiers, multi-functional devices, plant, general equipment and any other asset type the Council or any Eligible Bodies may require.

It is envisaged that a maximum of 25 economic operators (the Contractors) will be awarded a position on the Framework Agreement for Lot 1.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost Submission / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors participating in the resulting Framework Agreement.

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Lot 2: Non-residual based Lease Facilities   
      Lot No:2

      II.2.2) Additional CPV code(s):
            66114000 - Financial leasing services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Lot 2 is for non-residual based lease facilities; cars, light commercial vehicles, heavy goods vehicles, specialist vehicles, IT, copiers, multi-functional devices, plant, general equipment and any other asset type the Council or an Eligible Bodies may require.

It is envisaged that a maximum of 25 economic operators (the Contractors) will be awarded a position on the Framework Agreement for Lot 2.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost Submission / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors.

   II.2) Description (lot no. 3)
   

      II.2.1) Title:Lot 3: Educational Establishment Lease Facilities   
      Lot No:3

      II.2.2) Additional CPV code(s):
            66114000 - Financial leasing services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Lot 3 is for non-residual and residual based lease facilities of reprographic equipment and ICT based equipment for Educational Establishments.

It is anticipated that the combined requirement from all Eligible Bodies accessing the Framework Agreement will result in between 500 and 1,000 leases being procured during the life of the Framework Agreement. It is envisaged that 1 economic operator (the Contractor) will be awarded a position on the Framework Agreement for Lot 3.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 60
                  
      Cost criterion - Name: Cost Submission / Weighting: 40
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors

   II.2) Description (lot no. 4)
   

      II.2.1) Title:Lot 4: Microsoft® Software and Services Lease Facilities   
      Lot No:4

      II.2.2) Additional CPV code(s):
            66114000 - Financial leasing services.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Lot 4 is for finance lease facilities and deferred payment plan agreements for Microsoft® licenses, other relevant software or IT related products provided by Microsoft® (and approved Microsoft® partners and third parties) and Microsoft® Premier / consulting services (and other relevant services provided by Microsoft® (and approved Microsoft® partners and third parties).

It is envisaged that 1 economic operator (the Contractor) will be awarded a position on the Framework Agreement for Lot 4.

      II.2.5) Award criteria:
      Quality criterion - Name: Quality / Weighting: 25
                  
      Cost criterion - Name: Cost Submission / Weighting: 75
            

      II.2.11) Information about options
         Options: No
         

      II.2.13) Information about European Union funds
         The procurement is related to a project and/or programme financed by European Union funds: No
         

      II.2.14) Additional information: The estimate of framework expenditure is for information only, and no guarantees are given, nor are implied as to the value of business that will be placed with the successful Contractors participating in the resulting Framework Agreement.


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: Yes       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2022/S 000-008099
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: 1    
   Lot Number: 1    
   Title: Lot 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CHG Meridian UK Ltd, 01276016
             65 High Street, Egham, Surrey, TW20 9EY, United Kingdom
             Internet address: www.chg-meridian.co.uk
             NUTS Code: UKJ2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.2)

   Contract No: 2    
   Lot Number: 2    
   Title: Lot 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             CHG-MERIDIAN UK Ltd, 01276016
             65 High Street, Egham, Surrey, TW20 9EY, United Kingdom
             Internet address: www.chg-meridian.co.uk
             NUTS Code: UKJ2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: 3    
   Lot Number: 1    
   Title: Lot 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             De Lage Landen Leasing Limited, 02380043
             Building 7, Croxley Business Park,, Watford, WD18 8YN, United Kingdom
             Internet address: www.dllgroup.com
             NUTS Code: UKH2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: 4    
   Lot Number: 2    
   Title: Lot 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             De Lage Landen Leasing Limited, 02380043
             Building 7, Croxley Business Park,, Watford, WD18 8YN, United Kingdom
             Internet address: www.dllgroup.com/en
             NUTS Code: UKH2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: 5    
   Lot Number: 1    
   Title: Lot 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Econocom Limited, 03517197
             4th Floor, 33 Queen Street,, London, EC4R 1AP, United Kingdom
             Internet address: www.econocom.co.uk
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.6)

   Contract No: 6    
   Lot Number: 3    
   Title: Lot 3

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Econocom Limited, 03517197
             4th Floor, 33 Queen Street,, London, EC4R 1AP, United Kingdom
             Internet address: www.econocom.co.uk
             NUTS Code: UKI
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 20,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.7)

   Contract No: 7    
   Lot Number: 1    
   Title: Lot 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             JCB Finance Ltd, 00972265
             The Mill, High Street, Rochester, Staffordshire, ST145JW, United Kingdom
             Internet address: www.jcb-finance.com
             NUTS Code: UKG2
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.8)

   Contract No: 8    
   Lot Number: 2    
   Title: Lot 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             JCB Finance Ltd, 00972265
             The Mill, High Street, Rochester, Staffordshire, ST145JW, United Kingdom
             Internet address: www.jcb-finance.com
             NUTS Code: UKG2
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.9)

   Contract No: 9    
   Lot Number: 1    
   Title: Lot 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Richard C. Bircher (Holdings) Limited, 01265679
             Ground Floor, Blackbrook Gate 1,, Blackbrook Business Park,, Taunton,, Somerset, TA1 2PX, United Kingdom
             NUTS Code: UKK2
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.10)

   Contract No: 10    
   Lot Number: 2    
   Title: Lot 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Richard C. Bircher (Holdings) Limited, 01265679
             Ground Floor, Blackbrook Gate 1,, Blackbrook Business Park,, Taunton,, Somerset, TA1 2PX, United Kingdom
             NUTS Code: UKK2
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.11)

   Contract No: 11    
   Lot Number: 1    
   Title: Lot 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Siemens Financial Services Ltd, 00646166
             Sefton Park Bells Hill, Stoke Poges, Buckinghamshire, SL2 4JS, United Kingdom
             Internet address: www.siemens.co.uk/financialservices
             NUTS Code: UKJ1
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.12)

   Contract No: 12    
   Lot Number: 2    
   Title: Lot 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Siemens Financial Services Ltd, 00646166
             Sefton Park Bells Hill, Stoke Poges, Buckinghamshire, SL2 4JS, United Kingdom
             Internet address: www.siemens.co.uk/financialservices
             NUTS Code: UKJ1
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.13)

   Contract No: 13    
   Lot Number: 1    
   Title: Lot 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Societe Generale Equipment Finance Ltd, 03596854
             Parkshot House, Kew Road, Richmond, Surrey, TW92PR, United Kingdom
             Internet address: www.equipmentfinance.societegenerale.co.uk
             NUTS Code: UKJ2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.14)

   Contract No: 14    
   Lot Number: 2    
   Title: Lot 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Societe Generale Equipment Finance Ltd, 03596854
             Parkshot House, Kew Road, Richmond, Surrey, TW92PR, United Kingdom
             Internet address: www.equipmentfinance.societegenerale.co.uk
             NUTS Code: UKJ2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.15)

   Contract No: 15    
   Lot Number: 1    
   Title: Lot 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             TP Leasing Limited, 08767792
             1 King William Street, London, EC4N 7AF, United Kingdom
             Internet address: www.triplepoint.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.16)

   Contract No: 16    
   Lot Number: 2    
   Title: Lot 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             TP Leasing Limited, 08767792
             1 King William Street, London, EC4N 7AF, United Kingdom
             Internet address: www.triplepoint.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.17)

   Contract No: 17    
   Lot Number: 1    
   Title: Lot 1

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Triple Point Lease Partners, n/a
             1 King William Street, London, EC4N 7AF, United Kingdom
             Internet address: www.triplepoint.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.18)

   Contract No: 18    
   Lot Number: 2    
   Title: Lot 2

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Triple Point Lease Partners, n/a
             1 King William Street, London, EC4N 7AF, United Kingdom
             Internet address: www.triplepoint.co.uk
             NUTS Code: UKI
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 140,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.19)

   Contract No: 19    
   Lot Number: 4    
   Title: Lot 4

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 31/05/2022

      V.2.2) Information about tenders
         Number of tenders received: 10
         Number of tenders received from SMEs: 4 (SME - as defined in Commission Recommendation 2003/361/EC)          
         Number of tenders received from tenderers from other EU Member States: 0          
         Number of tenders received from tenderers from non-EU Member States: 0          
         Number of tenders received by electronic means: 10

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Societe Generale Equipment Finance Ltd, 03596854
             Parkshot House, Kew Road, Richmond, Surrey, TW92PR, United Kingdom
             Internet address: www.equipmentfinance.societegenerale.co.uk
             NUTS Code: UKJ2
            The contractor is an SME: No

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: Not Provided          
         Total value of the contract/lot: 200,000,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
Section VI: Complementary information

   VI.3) Additional information: Link Treasury Services Limited, trading as Link Group (Link), intends to use this Framework Agreement to enable its clients to procure leasing facilities. Link will provide details of the Framework Agreement and market it to its clients. The Framework Agreement will be used by Durham County Council and may also be used by Link clients and all other contracting authorities in the UK (as defined in Regulation 2 of the PCR 2015 #102), including but not limited to all Local Authorities, Fire & Rescue Services, Police and Crime Commissioners, Registered Providers of Social Housing, Schools, Colleges, Universities and other organisations located in the UK. Further information on the eligible bodies who can use the framework agreement can be found within Appendix B of the tender documentation.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=694775001

   VI.4) Procedures for review

      VI.4.1) Review body
          Durham County Council
          County Hall, Durham, DH1 5UL, United Kingdom
          Internet address: http://www.durham.gov.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: This tender process has incorporated a minimum 10 calendar day standstill period at the point information on the award was communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1 of this contract notice. The Public Contracts Regulations 2015 #102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 01/06/2022