By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Liquid Fuels Framework Agreement.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Government Procurement Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
Telephone: +44 3450103503
E-mail:

Internet address(es):

General address of the contracting authority: http://gps.cabinetoffice.gov.uk

Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Other: Public Procurement
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Liquid Fuels Framework Agreement.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 160

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 2 000 000 000 GBP
Frequency and value of the contracts to be awarded: N/A.
II.1.5)Short description of the contract or purchase(s)
Government Procurement Service as the Contracting Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.
The above Public Sector Bodies have a need for Liquid Fuels, including Heating Oil, Automotive Fuel, Marine Oil and Aviation Fuel.
II.1.6)Common procurement vocabulary (CPV)

09130000, 09100000, 09131000, 09131100, 09132000, 09132100, 09132200, 09132300, 09133000, 09134000, 09134100, 09134200, 09134210, 09134220, 09134230, 09134231, 09134232, 09135000, 09135100, 09135110, 24951000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Government Procurement Service (GPS), Ministry of Defence (MoD) and Scottish Procurement (SO) are collaborating with other government departments and wider public sector buyers on a replacement to the current GPS Liquid Fuels Framework Agreement, to commence bulk supply from June 2013. New Customers may require supply at any time between the award of contracts and the bulk supply start date. The current framework is used by around 450 public sector organisations covering in the region of 6000 sites across the United Kingdom. The volume of liquid fuel supplied in the financial year 2011-2012 amounted to 260,533.669 litres with a total spend of circa GBP 23 m. The Framework Agreement provides for the bulk supply of heating oils, automotive fuels, marine fuel and aviation fuel. The future Framework will be available for use by public sector bodies which gives rise for potential volume increases over the life of the Framework.
This Framework Agreement will provide for the bulk supply of heating oils, automotive fuels, marine fuel and aviation fuel, via 32 lots organised into 4 lot groups. More detailed information about the scope of each lot can be found at Annex B.
Estimated value excluding VAT: 2 000 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Lots 101 - 114 - Heating Oil
1)Short description
Supply of Heating Oil to the following geographic locations:
Lot 101 - Scotland North
Lot 102 - Scotland West
Lot 103 - Scotland Central
Lot 104 - Scotland South
Lot 105 - England North West
Lot 106 - England North East
Lot 107 - England Midlands
Lot 108 - England East Anglia
Lot 109 - England London and South East
Lot 110 - England South
Lot 111 - England South West
Lot 112 - South Wales
Lot 113 - North Wales
Lot 114 - Northern Ireland
2)Common procurement vocabulary (CPV)

09135100, 09134000, 09135000, 09131100

3)Quantity or scope
Suppliers under these lots will be required to provide all types of heating oil including but not limited to:
- Gas Oil - Class A2 (Red Diesel) BS2869 (or equivalent)
- Gas Oil - Class D (Furnace Fuel) BS2869
- Kerosene - Class C2 (Burning Oil) BS2869 (or equivalent)
- Light Fuel Oil - Class E BS2869 (or equivalent)
- Medium Fuel Oil - Class F BS2869 (or equivalent)
- Heavy Fuel Oil - Class G BS2869 (or equivalent)
The Contracting Body will have the responsibility for nominating the product types to meet their individual requirements.
The Supplier must warrant that the fuels shall comply with the types requested by the Contracting Body and be of satisfactory quality in accordance with the relevant European Standard (or equivalent).
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Lots 201 - 214 - Automotive Fuels
1)Short description
Supply of Automotive Fuels to the following geographic locations:
Lot 201 - Scotland North
Lot 202 - Scotland West
Lot 203 - Scotland Central
Lot 204 - Scotland South
Lot 205 - England North West
Lot 206 - England North East
Lot 207 - England Midlands
Lot 208 - England East Anglia
Lot 209 - England London and South East
Lot 210 - England South
Lot 211 - England South West
Lot 212 - South Wales
Lot 213 - North Wales
Lot 214 - Northern Ireland
2)Common procurement vocabulary (CPV)

09130000, 09134200, 09134230, 09134220, 09132000

3)Quantity or scope
Suppliers under these lots will be required to provide all types of automotive fuel including but not limited to:
- Diesel - ULSD EN590 (or equivalent)
- Bio-Diesel - EN590/EN14214 (95/5) (or equivalent)
- Petrol - ULSP BS EN 228 (or equivalent)
- Ground Fuel comprising NATO Fuel Specification F54 (Diesel) (or equivalent), F67 (ULGAS)T (or equivalent).
The Contracting Body will have the responsibility for nominating the product types to meet their individual requirements.
The Supplier must warrant that the fuels shall comply with the types requested by the Contracting Body and be of satisfactory quality in accordance with the relevant European Standard (or equivalent).
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Lots 301 - 302 - Marine Oil
1)Short description
Supply of Marine Oil to the following geographic locations:
Lot 301 - Scotland, England and Wales
Lot 302 - Northern Ireland
2)Common procurement vocabulary (CPV)

09130000, 09134000, 09135110

3)Quantity or scope
The Supplier may be expected to provide all types of marine fuel including but not limited to Marine Fuel comprising NATO Fuel Specification F44 (AVCAT FSII), F76 (Marine Diesel) (or equivalent) and MGO (Marine Gas Oil) (or equivalent).

The marine fuels supplied must be the Supplier's commercial grades as determined in accordance with the specification set out in ISO/FDIS 8217:2010 Petroleum products Fuels (class F) - Specification of Marine Fuels (or equivalent) or any subsequent amendment thereof as well as with the relevant provisions of MARPOL (or equivalent). Copies of ISO/FDIS 8217:2010 (or equivalent) are obtainable from British Standard Institution, customer Services, 389 Chiswick High Road, London W4 4AL, telephone number 44 (0)20 89969001, e-mail or online at www.bsigroup.com or online form International Organisation for Standardisation www.iso.org.

The Supplier must be registered on the Maritime and Coastguard Agency local fuel oil suppliers list and comply with marine guidance note MGN 394 (M+F), Document S.I.2008/2924 the Merchant Shipping (Prevention of Air Pollution from Ships) Regulations 2008 and MSN 1819 (M+F) The Merchant Shipping Prevention of Air Pollution from Ships Regulations 2008 or as amended. These documents can be found at http://www.mcga.gov.uk/c4mca/mcga07-home/shipsandcargoes/mcga-shipsregsandguidance/marinenotices.htm.

The Contracting Body will have the responsibility of nominating the product types to meet their individual requirements.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Lots 401 - 402 One Stop Shop
1)Short description
One-Stop-Shop for Heating Oil, Automotive Fuels, Marine Oil and Aviation Fuels to the following geographic locations:
Lot 401 - Scotland, England and Wales
Lot 402 - Northern Ireland
2)Common procurement vocabulary (CPV)

09130000, 09134100, 09134000, 09134231, 09131100, 09132000, 09132100, 09134230, 09100000, 09131000, 09132300, 09135110, 09134210, 09135000, 09132200, 09133000, 09134200, 09134220, 09134232, 09135100

3)Quantity or scope
Suppliers under these lots will be required to provide all types of fuels as described in Lots 101 to 214 (lot groups 1 and 2). Suppliers may additionally offer Marine Oil as described in lots 301 to 302 (lot group 3) and Aviation Fuel comprising NATO Fuel Specification F18 (AVGAS), F34 AVTUR FSII), F35 (AVTUR) (or equivalent).
The Contracting Body will have the responsibility for nominating the product types to meet their individual requirements.
The Supplier must warrant that the fuels shall comply with the types requested by the Contracting Body and be of satisfactory quality in accordance with the relevant European Standard and legislation.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by Government Procurement Service and/or proposed by participants if considered appropriate.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Framework Agreement.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an Invitation to Tender ("ITT”).
This procurement will be managed electronically via the Government Procurement Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.

If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing'. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am-supplier/respond-tender

Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing

Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Government Procurement Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
As a user of the e-Sourcing Suite you will have access to Emptoris email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information.
For technical assistance on use of the e-Sourcing Suite please contact Government Procurement Service Helpdesk: Freephone: +44 3450103503

email:

Responses must be published by the date in IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1

The Contracting Authority may take into account any of the following information:
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
(c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter V11, Section 2 of Directive 2004/18/EC), on the basis of information provided in response to an ITT.

The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1

The Contracting Authority may have regard to any of the following means in its assessment:
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
(c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
(e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
(g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
(h) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
RM 1013.
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2012/S 149-248884 of 4.8.2012

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
28.5.2013 - 10:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 120 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 28.5.2013 - 10:01

Place:

Web-based portal.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Potential suppliers should note that, in accordance with the UK Government's policies on transparency, Government Procurement Service intends to publish the Invitation to Tender (ITT) documents, and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Government Procurement Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:

http://gps.cabinetoffice.gov.uk/about-government-procurement-service/transparency-and-accountability/transparency-procurement

The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
The duration of the framework agreement will be for two years, with the option to extend for up to two further periods of 12 months each.
The duration referenced in Section II.1.4 is for the placing of orders and covers the two-year duration of the framework agreement and also the two optional 12-month extension periods.
The values provided in Sections II.1.4 and II.2.1 are only estimates. We cannot guarantee to suppliers any business through this framework agreement.
Government Procurement Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide

http://www.ons.gov.uk/ons/publications/re-reference-tables.html?edition=tcm%3A77-285768

Local Authorities

http://openlylocal.com/councils/all

Ubico Ltd
Merseyside Passenger Transport Executive
NDPBs

http://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/a-f

http://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/g-l

http://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/m-r

http://www.civilservice.gov.uk/recruitment/departments-and-accredited-ndpbs/s-z

National Parks Authorities

http://www.nationalparks.gov.uk/

Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but not Independent Schools

http://www.education.gov.uk/edubase/home.xhtml

Police Forces in the United Kingdom

http://www.police.uk/?view=force_sites

Fire and Rescue Services in the United Kingdom

http://www.fireservice.co.uk/information/ukfrs

http://dontgivefireahome.org/contacts

NHS Bodies England

http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

http://www.nhs.uk/servicedirectories/Pages/PrimaryCareTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/StrategicHealthAuthorityListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx

Hospices in the UK

http://www.helpthehospices.org.uk/about-hospice-care/find-a-hospice/uk-hospice-and-palliative-care-services/

Registered Social Landlords (Housing Associations)
Third Sector and Charities in the United Kingdom

http://www.charity-commission.gov.uk/

http://www.oscr.org.uk/

http://www.charitycommissionni.org.uk/

Citizens Advice in the United Kingdom

http://www.citizensadvice.org.uk/index/getadvice.htm

www.cas.org.uk

http://www.citizensadvice.co.uk/

Scottish Public Bodies
Scottish Government

http://www.scotland.gov.uk/Home

Scottish Parliament

http://www.scottish.parliament.uk/abouttheparliament/27110.aspx

Scottish Local Authorities

http://www.scotland.gov.uk/About/Government/councils

http://www.scotland-excel.org.uk/home/AboutUs/OurMembers/AssociateMembers.aspx

Scottish Agencies, NDPBs

http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies

Scottish NHS Bodies

http://www.scotland.gov.uk/Topics/Health/NHS-Workforce/NHS-Boards

Scottish Further and Higher Education Bodies

http://www.sfc.ac.uk/about_the_council/council_funded_institutions/WhoWeFundUniversities.aspx

http://www.sfc.ac.uk/about_the_council/council_funded_institutions/WhoWeFundColleges.aspx

Scottish Police

http://www.scottish.police.uk/

Scottish Housing Associations

http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/

The Scotland Office

http://www.scotlandoffice.gov.uk/scotlandoffice/33.30.html

Registered Social Landlords (Housing Associations) - Scotland

http://www.esystems.scottishhousingregulator.gov.uk/register/reg_pub_dsp.search

Scottish Schools
Primary Schools

http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring;=&authority;=&strTypes;=isprimaryschool&bSubmit;=1&Submit;=Search

Secondary Schools

http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring;=&authority;=&strTypes;=issecondaryschool&bSubmit;=1&Submit;=Search

Special Schools

http://www.ltscotland.org.uk/scottishschoolsonline/index.asp?schoolsearchstring=&addresssearchstring;=&authority;=&strTypes;=isspecial&bSubmit;=1&Submit;=Search

Welsh Public Bodies
National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities

http://www.assemblywales.org/abthome/abt-links.htm

http://new.wales.gov.uk/about/civilservice/directorates/?lang=en

NHS Wales

http://www.wales.nhs.uk/ourservices/directory

https://www.buy4wales.co.uk/UsefulResources/contractsframeworks/organisationlist/poaplist.html?cat=14318

Housing Associations - registered Social Landlords Wales

http://www.wao.gov.uk/reportsandpublications/housingassociations.asp

NI Public Bodies
Northern Ireland Government Departments

http://www.northernireland.gov.uk/gov.htm

Northern Ireland Public Sector Bodies and Local Authorities

http://www.northernireland.gov.uk/az2.htm

Schools in Northern Ireland

http://www.deni.gov.uk/index/facts-and-figures-new/education-statistics/32_statistics_and_research-numbersofschoolsandpupils_pg/32_statistics_and_research-schoolleveldata_pg/statistics_and_research-school_enrolment_1112.htm

Universities in Northern Ireland

http://www.deni.gov.uk/links.htm

Health and Social care in Northern Ireland

http://www.hscni.net/index.php?link=hospitals

http://www.hscni.net/index.php?link=boards

http://www.hscni.net/index.php?link=agencies

http://www.hscni.net/index.php?link=councils

Northern Ireland Housing Associations

http://www.nidirect.gov.uk/index/contacts/contacts-az.htm/housing-associations-contact

Police Service of Northern Ireland

http://www.psni.police.uk/index.htm

Any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
(i) financed wholly or mainly by another contracting authority listed above in this section VI.3 of this notice;
(ii) subject to management supervision by another contracting authority listed above in this section VI.3 of this notice; or
(iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another contracting authority listed above in this section VI.3 of this notice.
For the avoidance of doubt, all other organisations listed in Schedule 1 to the Public Contracts Regulations 2006 (as amended) shall be entitled to access this Framework.
Government Procurement Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Government Procurement Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
E-mail:
Telephone: +44 3450103503
Internet address: http://gps.cabinetoffice.gov.uk

Body responsible for mediation procedures

Centre for Effective Dispute Resolution
International Dispute Resolution Centre, 70 Fleet Street
EC4Y 1EU London
UNITED KINGDOM
E-mail:
Telephone: +44 2075366000
Internet address: http://www.cedr.com
Fax: +44 2075366001

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Authority as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the 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 Authority to pay a fine, and/or order that the duration of the contract be 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.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Government Procurement Service
9th Floor, The Capital, Old Hall Street
L3 9PP Liverpool
UNITED KINGDOM
E-mail:
Telephone: +44 3450103503
Internet address: http://gps.cabinetoffice.gov.uk

VI.5)Date of dispatch of this notice:
17.4.2013

Other interesting websites