Services - 325146-2020

10/07/2020    S132

United Kingdom-Sheffield: IT services: consulting, software development, Internet and support

2020/S 132-325146

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)
Postal address: Savile Street East
Town: Sheffield
NUTS code: UK UNITED KINGDOM
Postal code: S4 7UQ
Country: United Kingdom
E-mail: procurement@noecpc.nhs.uk
Internet address(es):
Main address: https://in-tendhost.co.uk/noecpc
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://in-tendhost.co.uk/noecpc
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Health

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Provision of ICT Solutions Delivery: Professional Services and Consultancy Support

Reference number: CPC 03462
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

The North of England Commercial Procurement Collaborative (NOE CPC), (the Authority) is issuing this invitation to tender (ITT) in connection with the competitive procurement to establish a framework agreement for ICT solutions delivery: professional services and consultancy support. In summary, this tendering exercise is to establish a framework agreement with a number of providers of ICT solutions delivery: professional services and consultancy support services relevant to the needs of NHS and other health sector and public sector bodies. The requirement is for an efficient, effective and value for money service which will assist all those participating in the framework agreement to fulfil their requirements for ICT healthcare consultancy services, whether that be an acute trust, community hospital, clinical commissioning group or other healthcare setting.

II.1.5)Estimated total value
Value excluding VAT: 200 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Clinical Information Systems

Lot No: 1
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UNITED KINGDOM and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 1: Clinical information systems specialist ICT consultancy and advisory services related to the operational delivery, development and transformation of clinical services provided by healthcare organisations, including matters of business/service improvement and performance. The below-listed Authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval. Barnsley Facilities Services Ltd (Barnsley Hospital NHS Foundation Trust), Bradford Teaching Hospitals NHS Foundation Trust, Calderdale and Huddersfield Solutions Ltd (Calderdale and Huddersfield NHS Foundation Trust), Derbyshire Community Health Services NHS Foundation Trust, Derbyshire Support and Facilities Services Ltd (Chesterfield Royal Hospital NHS Foundation Trust), Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust, Harrogate Healthcare Facilities Management Ltd (Harrogate and District NHS Foundation Trust), Humber Teaching NHS Foundation Trust, Isle of Man Department of Health and Social Care James Paget University Hospitals NHS Foundation Trust, Leeds and York Partnership NHS Foundation Trust, Leeds Community Healthcare NHS Trust, Leeds Teaching Hospitals NHS Trust, Leicestershire Partnership NHS Trust, Lincolnshire Community Health Services NHS Trust, Lincolnshire Partnership NHS Foundation Trust, Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust, Northern Lincolnshire and Goole NHS Foundation Trust, Sheffield Children's NHS Foundation Trust, Sheffield Health and Social Care NHS Foundation Trust, Sheffield Teaching Hospitals NHS Foundation Trust, Sherwood Forest Hospitals NHS Foundation Trust, Stockport NHS Foundation Trust, Synchronicity Care Ltd (County Durham and Darlington NHS Foundation Trust), the Newcastle Upon Tyne Hospitals NHS Foundation Trust, The Rotherham NHS Foundation Trust, United Lincolnshire Hospitals NHS Trust, University Hospitals of Derby and Burton NHS Foundation Trust, University Hospitals of Leicester NHS Trust, York Teaching Hospital NHS Foundation Trust, York Teaching Hospital Facilities Management LLP (wholly owned subsidiary of York Teaching Hospital NHS Foundation Trust), Yorkshire Ambulance Service NHS Trust, NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See section II.2.11) for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 33 300 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

This framework will be 2 years (plus 2 x 12-month extension).

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations: the NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

NHS Improvement: https://improvement.nhs.uk/

Department of Health: https://www.gov.uk/government/organisations/department-of-health

Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations

Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/

NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of or in connection with, the White Paper, Equity and Excellence: liberating the NHS published July 2010. CCG: https://www.england.nhs.uk/resources/ccg-directory/

CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/

The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:

(a) who are a party to any of the following contracts:

— general medical services (GMS),

— personal medical services (PMS),

— alternative provider medical services (APMS); and/or

(b) Commissioned by NHS England or other organisations involved in commissioning or overseeing general practitioner services, as described above.

The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services - GPs, pharmacies, dentists and optometrists, Hospital services and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/

Health and social care services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to:

— health trusts, social care board and other HSC Agencies: http://online.hscni.net/

— Social Enterprise UK: https://www.socialenterprise.org.uk

— local authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils)

— local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council

— local authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland

Continued at section VI.3) additional information.

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

This procurement exercise will be conducted on the InTend eTendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact InTend Support team at support@in-tend.co.uk (or call 08455578079/+44(0)1144070056).

II.2)Description
II.2.1)Title:

Non-clinical Information Systems

Lot No: 2
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UNITED KINGDOM and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 2: Non-clinical information systems specialist ICT consultancy and advisory services related to the operational delivery, development and transformation of non-clinical services provided by healthcare organisations, including matters of business/service improvement and performance. Please refer to section II.2.4) of lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 33 300 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

This framework is for 2 years (plus 2 x 12-month extensions).

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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

This procurement exercise will be conducted on the InTend eTendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact InTend Support team at support@in-tend.co.uk (or call 08455578079/+44(0)1144070056).

II.2)Description
II.2.1)Title:

Infrastructure

Lot No: 3
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UNITED KINGDOM and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 3: Infrastructure

Infrastructure includes specialist consultancy and advisory services related to infrastructure systems and applications. Please refer to section II.2.4) of lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and Section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 33 300 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

This framework is for 2 years (plus 2 x 12-month extensions).

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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

This procurement exercise will be conducted on the InTend eTendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact InTend Support team at support@in-tend.co.uk (or call 08455578079/+44(0)1144070056).

II.2)Description
II.2.1)Title:

Digital and Innovation

Lot No: 4
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UNITED KINGDOM and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 4: Digital and innovation specialist and digital and innovation consultancy and advisory services covering a range of existing digital applications and breakthrough innovative technologies. Please refer to section II.2.4) of lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 33 300 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

This framework is for 2 years (plus 2 x 12-month extensions).

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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

This procurement exercise will be conducted on the InTend eTendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact InTend Support team at support@in-tend.co.uk (or call 08455578079/+44(0)1144070056).

II.2)Description
II.2.1)Title:

Auxiliary ICT Consultancy Services

Lot No: 5
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
80000000 Education and training services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UNITED KINGDOM and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 5: Auxiliary ICT consultancy services specialist

ICT consultancy services supporting a broad range of ICT related healthcare services in addition to those in lots 1-4 and may be niche services. Please refer to section II.2.4) of lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 33 300 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

This framework is for 2 years (plus 2 x 12-month extensions).

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Please refer to section II.2.11) of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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

This procurement exercise will be conducted on the InTend eTendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact InTend Support team at support@in-tend.co.uk (or call 08455578079/+44(0)1144070056).

II.2)Description
II.2.1)Title:

Multidisciplinary ICT Healthcare Consultancy and Advisory Services

Lot No: 6
II.2.2)Additional CPV code(s)
72000000 IT services: consulting, software development, Internet and support
79400000 Business and management consultancy and related services
72246000 Systems consultancy services
72600000 Computer support and consultancy services
72227000 Software integration consultancy services
72228000 Hardware integration consultancy services
72224000 Project management consultancy services
80000000 Education and training services
73220000 Development consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
Main site or place of performance:

UNITED KINGDOM and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4)Description of the procurement:

Lot 6: Multidisciplinary ICT healthcare consultancy and advisory services to include but not limited to multi-disciplinary consultancy and advisory services, where the scope of the requirement covers at least two or more of the specialist areas covered within lots 1 to 5 and/or any other consultancy/advisory services. Please refer to section II.2.4) of lot 1 for the lost of authorities (plus those entities listed at section II.2.11) and section VI.3)) are eligible to access the resulting framework — subject to NOE CPC approval.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 70
Cost criterion - Name: Price / Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 33 500 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

This framework is for 2 years (plus 2 x 12-month extensions).

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

Please refer to section II.2.11 of lot 1 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

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

This procurement exercise will be conducted on the InTend eTendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact InTend Support team at support@in-tend.co.uk (or call 08455578079/+44(0)1144070056).

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:

See SQ/ITT.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See SQ/ITT.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
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: 60
In the case of framework agreements, provide justification for any duration exceeding 4 years:

N/A

IV.1.6)Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:

Participating authorities reserve the right to undertake electronic auctions in the awarding of call-offs under this framework agreement.

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.2.2)Time limit for receipt of tenders or requests to participate
Date: 07/08/2020
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 07/08/2020
Local time: 12:00
Place:

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to:

Department of Health and Social Care: https://www.gov.im/about-the-government/departments/health-and-social-care/

The States of Jersey Government and administration including all government departments including but not limited to:

Health and social services: https://www.gov.je/Government/Departments/HealthSocialServices/Pages/index.aspx

The States of Guernsey (Parliament and government) including but not limited to the Committee for Health and Social Care: https://www.gov.gg/article/152954/Health-and-Social-Services-Department

Educational establishments in England including schools and colleges: https://get-information-schools.service.gov.uk/

Schools in Wales: http://gov.wales/statistics-and-research/address-list-of-schools/?lang=en

Further education and sixth form colleges in the UK: http://findfe.com/

Higher education recognised or listed bodies in the UK offering degree-level courses: https://www.gov.uk/check-a-university-is-officially-recognised

Schools in Scotland including primary, secondary and special schools: https://education.gov.scot/parentzone/

Educational establishments in Scotland: http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishments

Schools and educational establishments in Northern Ireland: https://www.education-ni.gov.uk/services/schools-plus

Higher education Universities and Colleges in Northern Ireland: https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland

UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces: https://www.police.uk/forces/

England Fire and Rescue Services http://www.fire.org.uk/fire-brigades.html

Scottish Fire and Rescue Services http://www.firescotland.gov.uk/your-area.aspx

Welsh Fire and Rescue Services http://gov.wales/topics/people-and-communities/communities/safety/fire/localservices/?lang=en

Northern Ireland Fire and Rescue Service https://www.nifrs.org/areas-districts/

UK Maritime and Coastguard Agency https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening

Registered charities in England and Wales: https://www.gov.uk/find-charity-information

Registered charities in Scotland: https://www.oscr.org.uk/charities

Registered charities in Northern Ireland: http://www.charitycommissionni.org.uk/charity-search/

Ministry of Defence (MOD): https://www.gov.uk/government/organisations/ministry-of-defence

Registered social landlords, government funded, not-for-profit organisations that provide affordable housing, including housing associations, trusts and cooperatives.

England: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing

Scotland: http://directory.scottishhousingregulator.gov.uk/pages/default.aspx

Wales: http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en

Northern Ireland: https://www.nidirect.gov.uk/contacts/housing-associations

Bidders should note that the NOECPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The NOE CPC shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.

VI.4)Procedures for review
VI.4.1)Review body
Official name: North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)
Town: Sheffield
Postal code: S4 7UQ
Country: United Kingdom
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.

VI.5)Date of dispatch of this notice:
06/07/2020