UK-London: Fire-prevention installation works.

UK-London: Fire-prevention installation works.
Section I: Contracting Authority
I.1) Name and addresses
Hyde Housing Association, United Kingdom
30 Park Street, London, SE1 9EQ, United Kingdom
Tel. +44 1707339800, Email: hyde@echelonconsultancy.co.uk
Contact: Fiona Lowe
Main Address: http://www.delta-esourcing.com/tenders, Address of the buyer profile: http://www.delta-esourcing.com/tenders
NUTS Code: UK
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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Fire-prevention-installation-works./EYY4C6DW32
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders 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
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Hyde Fire Safety Works & Services Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
45343000 - Fire-prevention installation works.

II.1.3) Type of contract: WORKS
II.1.4) Short description: The Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales.

The procurement is being conducted using the Restricted Procedure under the Public Contract Regulations 2015

Hyde wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):

A full list of potential contracting authorities can be found here under the most recent file:
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

The following public bodies may also use the Framework Agreement:
http://www.wales.com/study/universities-wales
http://gov.wales/topics/improvingservices/devolution-democracy-delivery/register-of-public-bodies/?lang=en
II.1.5) Estimated total value:
Value excluding VAT: 2,400,000,000
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: Note: There will be an SQ Bidders Day to be held in London on Friday 20th July 2018 from 09:00 to 11:00hrs (Venue TBA).
Further information will be provided via the Delta eProcurement portal once the venue has been secured and booked for the event.

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Fire Doors
Lot No: One
II.2.2) Additional CPV codes:
44221220 - Fire doors.
45421100 - Installation of doors and windows and related components.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Supply, installation, removal, and repair of fire doors
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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 Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales
II.2) Description Lot No. 2

II.2.1) Title: Fire Safety Signage
Lot No: Two
II.2.2) Additional CPV codes:
34928470 - Signage.
45421100 - Installation of doors and windows and related components.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Supply, installation, removal, and design of fire safety signage
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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 Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales
II.2) Description Lot No. 3

II.2.1) Title: Fire Alarm, Detection and Suppression Systems
Lot No: Three
II.2.2) Additional CPV codes:
31625000 - Burglar and fire alarms.
31625100 - Fire-detection systems.
31625200 - Fire-alarm systems.
35111500 - Fire suppression system.
45312100 - Fire-alarm system installation work.
50700000 - Repair and maintenance services of building installations.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Supply, installation, removal, and maintenance of fire alarm, detection and suppression systems.

Note: Lot 3 is split in to Lot 3A and Lot 3B to differentiate between fire detection and fire suppression systems. Please refer to the SQ tender documentation for the split lot details.
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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 Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales
II.2) Description Lot No. 4

II.2.1) Title: Emergency Lighting
Lot No: Four
II.2.2) Additional CPV codes:
31518200 - Emergency lighting equipment.
45310000 - Electrical installation work.
50700000 - Repair and maintenance services of building installations.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Supply, installation, removal, and maintenance of emergency lighting
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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 Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales
II.2) Description Lot No. 5

II.2.1) Title: Sprinkler Systems and Dry/Wet Risers
Lot No: Five
II.2.2) Additional CPV codes:
44115500 - Sprinkler systems.
45343230 - Sprinkler systems installation work.
50700000 - Repair and maintenance services of building installations.
44165000 - Hoses, risers and sleeves.
44165200 - Risers.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Design, supply, installation, removal, and maintenance of sprinkler systems.

Note: Lot 5 is split in to Lot 5A and Lot 5B to differentiate between Dry Risers and Wet/Charged Risers. Please refer to the SQ tender documentation for the split lot details.
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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 Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales.
II.2) Description Lot No. 6

II.2.1) Title: Fire Proofing & Fire Stopping
Lot No: Six
II.2.2) Additional CPV codes:
45343000 - Fire-prevention installation works.
45343100 - Fireproofing work.
51700000 - Installation services of fire protection equipment.
75251110 - Fire-prevention services.
44480000 - Miscellaneous fire-protection equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of fire proofing services, Provision of fire stopping works and services Provision of fire stopping works and services
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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 Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales
II.2) Description Lot No. 7

II.2.1) Title: Electrical Inspection & Testing
Lot No: Seven
II.2.2) Additional CPV codes:
71314100 - Electrical services.
71600000 - Technical testing, analysis and consultancy services.
71630000 - Technical inspection and testing services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Provision of cyclical and reactive electrical testing, servicing, and maintenance services
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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 Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales
II.2) Description Lot No. 8

II.2.1) Title: Electrical Works
Lot No: Eight
II.2.2) Additional CPV codes:
45310000 - Electrical installation work.
50116100 - Electrical-system repair services.
51100000 - Installation services of electrical and mechanical equipment.
71321000 - Engineering design services for mechanical and electrical installations for buildings.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Remedial Works, upgrades, installations, and testing of electrical systems
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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 Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales.
II.2) Description Lot No. 9

II.2.1) Title: LOT 9 - REMOVED - NOT USED
Lot No: REMOVED - NOT USED
II.2.2) Additional CPV codes:
44480000 - Miscellaneous fire-protection equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: LOT 9 - REMOVED - NOT USED.
Refer to Additional Information section at foot of this Lot 9 page.
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: 1
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 1

Objective criteria for choosing the limited number of candidates: 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: LOT 9 - REMOVED - NOT USED
Note: The description for the originally intended Lot 9 was included within the Pre Indicative Notice but the requirement at this section has subsequently been removed. However for alignment with Hyde's Section 20 information we have referenced Lot 9 within this Notice so as to retain the original Lot numbering sequence.
II.2) Description Lot No. 10

II.2.1) Title: Cladding
Lot No: Ten
II.2.2) Additional CPV codes:
45262650 - Cladding works.
44212381 - Cladding.
45300000 - Building installation work.
51700000 - Installation services of fire protection equipment.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Design, supply, installation, removal, and inspection of cladding
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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 Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales.
II.2) Description Lot No. 11

II.2.1) Title: Incident Management and Business Continuity Planning
Lot No: Eleven
II.2.2) Additional CPV codes:
79400000 - Business and management consultancy and related services.
79417000 - Safety consultancy services.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Incident Management and provision of Business Continuity Planning advisory services to mitigate and plan for potential threats
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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 Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales.
II.2) Description Lot No. 12

II.2.1) Title: Management Contractor
Lot No: Twelve
II.2.2) Additional CPV codes:
71540000 - Construction management services.
45000000 - Construction work.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: Management Contractor to manage any of Lots 1 to 11 (with the exception of Lot 9 - NOT USED - REMOVED) for Clients and/or direct delivery
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.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 2
/ Maximum number: 10
Objective criteria for choosing the limited number of candidates: 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 Hyde Fire Safety Framework is being procured covering a range of Works, Services, and Goods relating to Fire Safety and will be accessible by other Public Bodies throughout England and Wales.


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:
As stated in the SQ/ITT document pack
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.2.2) Contract performance conditions
As stated in the SQ/ITT document pack
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 RESTRICTED
IV.1.1) Type of procedure: Restricted

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:
Not Provided
The procurement involves the setting up of a dynamic purchasing system - NO
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: No
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: 05/08/2018 Time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 18/08/2018
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



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 Yes
Electronic payment will be used Yes
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.Hyde wishes to establish a Fire Safety Works & Services Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):

A full list of potential contracting authorities can be found here under the most recent file:
https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

The following public bodies may also use the Framework Agreement:
http://www.wales.com/study/universities-wales
http://gov.wales/topics/improvingservices/devolution-democracy-delivery/register-of-public-bodies/?lang=en
https://www.executiveoffice-ni.gov.uk/publications/public-bodies-and-public-appointments-annual-report-201415
http://www.gov.scot/Topics/Government/public-bodies/about/Bodies

Note: This framework will only cover England and Wales
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://hyde.delta-esourcing.com/tenders/UK-UK-London:-Fire-prevention-installation-works./EYY4C6DW32

To respond to this opportunity, please click here:
https://hyde.delta-esourcing.com/respond/EYY4C6DW32
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.5) Date Of Dispatch Of This Notice: 05/07/2018

Annex A