[TedS09F02ContractNotice]

[Information]

[Published]

[DateDispatch]: 20.2.2020

[ExpireDate]: 27.3.2020

[ExternalReference]: 2020-592717

[TedReference]: 2020/S 039-093667

[TedS09F02ContractNotice]

Auftragsbekanntmachung

Richtlinie 2014/24/EU

Abschnitt I: Öffentlicher Auftraggeber

I.1)

Name und Adressen

Metropolitan Police Service
n/a
Empress State Building, Lillie Road, Earls Court
Greater London
SW6 1TR
UK
Kontaktstelle(n): Natalie Aumeer
Telefon: +44 2071611553
Internet-Adresse(n):
I.2)

Gemeinsame Beschaffung

Der Auftrag wird von einer zentralen Beschaffungsstelle vergeben
I.3)

Kommunikation

Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter:  
https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=32134&B=BLUELIGHT
Weitere Auskünfte erteilen/erteilt
die oben genannten Kontaktstellen:  
Angebote oder Teilnahmeanträge sind einzureichen
Angebote oder Teilnahmeanträge sind einzureichen
an die oben genannten Kontaktstellen
I.4)

Art des öffentlichen Auftraggebers

Einrichtung des öffentlichen Rechts
I.5)

Haupttätigkeit(en)

Öffentliche Sicherheit und Ordnung

Abschnitt II: Gegenstand

II.1)

Umfang der Beschaffung

II.1.1)

Bezeichnung des Auftrags

MPS FRAMEWORK FOR SUPPLY AND DELIVERY OF OPERATIONAL AMMUNITION
Referenznummer der Bekanntmachung:  SS2/18/18
II.1.2)

CPV-Code Hauptteil

35300000  - 
II.1.3)

Art des Auftrags

Lieferauftrag
II.1.4)

Kurze Beschreibung

The Authority as the contracting authority is tendering for the Supply and Delivery of Operational Ammunition – Various Calibres; 7.62mm x 35mm (300 Black) Supersonic, 5.56mm x 45 mm, 7.62mm x 35mm (300 Black) Subsonic, 9mm x 19mm.
The MPS/Authority is seeking through this tendering process to award a Framework Agreement with suitably capable Bidders to provide these Goods for a term of 48 months.
The ammunition will be available to other Police Forces and Law Enforcement agencies (“Participating Bodies”) who are entitled to call-off from the Framework Agreement. Call-off agreements will be permitted for a maximum of four years and may be taken out at any point during the Framework term. For the avoidance of doubt a Call-off may be in force up to two years post the Framework Agreement expiry date (subject to them being put in place in good time prior to expiry). See additional information for more detail.
II.1.5)

Geschätzter Gesamtwert

Wert ohne MwSt.: 10000000.00  GBP
II.1.6)

Angaben zu den Losen

Aufteilung des Auftrags in Lose: ja
Angebote sind möglich für  alle Lose
II.2)

Beschreibung

II.2.1)

Bezeichnung des Auftrags

LOT 1 OPERATIONAL AMMUNITION 7.62 x 35mm (300 Blackout) Supersonic
Los-Nr.:  1
II.2.2)

Weitere(r) CPV-Code(s)

35330000  - 
II.2.3)

Erfüllungsort

Hauptort der Ausführung:  
UK
II.2.4)

Beschreibung der Beschaffung

Supply and Delivery of Operational Ammunition 7.62 x 35mm (300 Blackout) Supersonic.
All ammunition for the MPS should:
• Be of excellent quality and reliability
• Have a stable and consistent trajectory performance;
• Have accurate and consistent impact performance;
• Have consistent and appropriate target penetration characteristics;
• Be compatible for use with existing MPS (fully referenced in Weapons Reference Section of each Technical Specification)
All ammunition must meet the criteria as detailed in each Technical and Requirements and Specification documents as referenced in the Invitation to Tender (ITT) Documents.
Ammunition will be subject to MPS Trial Testing (Document Ref: PPG-RPT-18040) with our own MPS Weapons systems and MPS scenarios to best fit our operating environment. This will be conducted on Bidder samples as part of the Invitation to Tender Section process.
High Level Requirements
The MPS requires various calibre’s of ammunition for operational use. The primary objectives for Police operational ammunition is:
• To minimise the danger to the innocent through use of effective penetration and controlled expansion/hydraulic displacement.
• To provide the Police Officer safety and efficiency through accuracy, reliability and consistent performance in all circumstances.
The General Technical Requirements are as listed below:
I. Shall conform to all dimensional specifications and performance standards recommended by the SAAMI and must be certified by C.I.P. including up to +P pressures.
II. All ammunition will be compatible with and safe to use in weapons built to C.I.P., SAAMI, MIL and NATO specifications.
III. Must be compatible for use with weapons currently in use within the MPS – see Specifications - ‘Reference Weapons.
IV. The manual extraction of chambered ammunition must be possible by hand.
V. The ammunition must not cause damage to the weapon.
VI. Operational ammunition shall have a bullet that retains its effectiveness after penetrating designated barrier materials.
VII. Operational ammunition shall use a low flash propellant.
VIII. Propellant shall be clean burning; not leaving substantial fouling or powder residue in the firearm.
IX. Must be of sufficient reliability and quality that an Officer has confidence that the ammunition will function when required.
X. Operational ammunition shall be capable of achieving rapid incapacitation.
XI. Shall be suitably accurate and consistent when fired from operational weapons at designated ranges of engagement.
XII. Shall not, by nature of its combustion products, create a health hazard to the user.
XIII. Shall conform with or exceed “NPCC Armed Professional Practice Police use of Firearms guidance” 2008 DSTL.
And as otherwise set out in full within the ITT documents.
II.2.5)

Zuschlagskriterien

Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt
II.2.6)

Geschätzter Wert

Wert ohne MwSt.: 5000000.00  GBP
II.2.7)

Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems

Laufzeit in Monaten: 48
Dieser Auftrag kann verlängert werden: nein
II.2.9)

Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden

Geplante Mindestzahl: 1  /  Höchstzahl: 6
Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern:
The Authority/MPS will invite between a minimum of 1 and a maximum of 6 of the highest scoring Candidates per LOT to move the next stage of the process and submit a tender in response to the ITT.
Further details see ITT Documents.
II.2.10)

Angaben über Varianten/Alternativangebote

Varianten/Alternativangebote sind zulässig: nein
II.2.11)

Angaben zu Optionen

Optionen: nein
II.2.13)

Angaben zu Mitteln der Europäischen Union

Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein
II.2.14)

Zusätzliche Angaben

See Tender Documents
II.2)

Beschreibung

II.2.1)

Bezeichnung des Auftrags

LOT 2 OPERATIONAL AMMUNITION 5.56mm x 45 mm
Los-Nr.:  2
II.2.2)

Weitere(r) CPV-Code(s)

35330000  - 
II.2.3)

Erfüllungsort

Hauptort der Ausführung:  
UK
II.2.4)

Beschreibung der Beschaffung

Supply and Delivery of Operational Ammunition 5.56mm x 45 mm Calibre.
All ammunition for the MPS should:
• Be of excellent quality and reliability
• Have a stable and consistent trajectory performance;
• Have accurate and consistent impact performance;
• Have consistent and appropriate target penetration characteristics;
• Be compatible for use with existing MPS (fully referenced in Weapons Reference Section of each Technical Specification)
All ammunition must meet the criteria as detailed in each Technical and Requirements and Specification documents as referenced in the Invitation to Tender (ITT) Documents.
Ammunition will be subject to MPS Trial Testing (Document Ref: PPG-RPT-18040) with our own MPS Weapons systems and MPS scenarios to best fit our operating environment. This will be conducted on Bidder samples as part of the Invitation to Tender Section process.
High Level Requirements
The MPS requires various calibre’s of ammunition for operational use. The primary objectives for Police operational ammunition is:
• To minimise the danger to the innocent through use of effective penetration and controlled expansion/hydraulic displacement.
• To provide the Police Officer safety and efficiency through accuracy, reliability and consistent performance in all circumstances.
The General Technical Requirements are as listed below:
I. Shall conform to all dimensional specifications and performance standards recommended by the SAAMI and must be certified by C.I.P. including up to +P pressures.
II. All ammunition will be compatible with and safe to use in weapons built to C.I.P., SAAMI, MIL and NATO specifications.
III. Must be compatible for use with weapons currently in use within the MPS – see Specifications - ‘Reference Weapons.
IV. The manual extraction of chambered ammunition must be possible by hand.
V. The ammunition must not cause damage to the weapon.
VI. Operational ammunition shall have a bullet that retains its effectiveness after penetrating designated barrier materials.
VII. Operational ammunition shall use a low flash propellant.
VIII. Propellant shall be clean burning; not leaving substantial fouling or powder residue in the firearm.
IX. Must be of sufficient reliability and quality that an Officer has confidence that the ammunition will function when required.
X. Operational ammunition shall be capable of achieving rapid incapacitation.
XI. Shall be suitably accurate and consistent when fired from operational weapons at designated ranges of engagement.
XII. Shall not, by nature of its combustion products, create a health hazard to the user.
XIII. Shall conform with or exceed “NPCC Armed Professional Practice Police use of Firearms guidance” 2008 DSTL.
And as otherwise set out in full within the ITT documents.
II.2.5)

Zuschlagskriterien

Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt
II.2.6)

Geschätzter Wert

Wert ohne MwSt.: 2000000.00  GBP
II.2.7)

Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems

Laufzeit in Monaten: 48
Dieser Auftrag kann verlängert werden: nein
II.2.9)

Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden

Geplante Mindestzahl: 1  /  Höchstzahl: 6
Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern:
The Authority/MPS will invite between a minimum of 1 and a maximum of 6 of the highest scoring Candidates per LOT to move the next stage of the process and submit a tender in response to the ITT.
Further details see ITT Documents.
II.2.10)

Angaben über Varianten/Alternativangebote

Varianten/Alternativangebote sind zulässig: nein
II.2.11)

Angaben zu Optionen

Optionen: nein
II.2.13)

Angaben zu Mitteln der Europäischen Union

Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein
II.2.14)

Zusätzliche Angaben

See Tender Documents
II.2)

Beschreibung

II.2.1)

Bezeichnung des Auftrags

LOT 3 OPERATIONAL AMMUNITION 7.62mm x 35mm (300 BlackOut) Subsonic
Los-Nr.:  3
II.2.2)

Weitere(r) CPV-Code(s)

35330000  - 
II.2.3)

Erfüllungsort

Hauptort der Ausführung:  
UK
II.2.4)

Beschreibung der Beschaffung

Supply and Delivery of Operational Ammunition 7.62mm x 35mm (300 Blackout) Subsonic
All ammunition for the MPS should:
• Be of excellent quality and reliability
• Have a stable and consistent trajectory performance;
• Have accurate and consistent impact performance;
• Have consistent and appropriate target penetration characteristics;
• Be compatible for use with existing MPS (fully referenced in Weapons Reference Section of each Technical Specification)
All ammunition must meet the criteria as detailed in each Technical and Requirements and Specification documents as referenced in the Invitation to Tender (ITT) Documents.
Ammunition will be subject to MPS Trial Testing (Document Ref: PPG-RPT-18040) with our own MPS Weapons systems and MPS scenarios to best fit our operating environment. This will be conducted on Bidder samples as part of the Invitation to Tender Section process.
High Level Requirements
The MPS requires various calibre’s of ammunition for operational use. The primary objectives for Police operational ammunition is:
• To minimise the danger to the innocent through use of effective penetration and controlled expansion/hydraulic displacement.
• To provide the Police Officer safety and efficiency through accuracy, reliability and consistent performance in all circumstances.
The General Technical Requirements are as listed below:
I. Shall conform to all dimensional specifications and performance standards recommended by the SAAMI and must be certified by C.I.P. including up to +P pressures.
II. All ammunition will be compatible with and safe to use in weapons built to C.I.P., SAAMI, MIL and NATO specifications.
III. Must be compatible for use with weapons currently in use within the MPS – see Specifications - ‘Reference Weapons.
IV. The manual extraction of chambered ammunition must be possible by hand.
V. The ammunition must not cause damage to the weapon.
VI. Operational ammunition shall have a bullet that retains its effectiveness after penetrating designated barrier materials.
VII. Operational ammunition shall use a low flash propellant.
VIII. Propellant shall be clean burning; not leaving substantial fouling or powder residue in the firearm.
IX. Must be of sufficient reliability and quality that an Officer has confidence that the ammunition will function when required.
X. Operational ammunition shall be capable of achieving rapid incapacitation.
XI. Shall be suitably accurate and consistent when fired from operational weapons at designated ranges of engagement.
XII. Shall not, by nature of its combustion products, create a health hazard to the user.
XIII. Shall conform with or exceed “NPCC Armed Professional Practice Police use of Firearms guidance” 2008 DSTL.
And as otherwise set out in full within the ITT documents.
II.2.5)

Zuschlagskriterien

Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt
II.2.6)

Geschätzter Wert

Wert ohne MwSt.: 1000000.00  GBP
II.2.7)

Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems

Laufzeit in Monaten: 48
Dieser Auftrag kann verlängert werden: nein
II.2.9)

Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden

Geplante Mindestzahl: 1  /  Höchstzahl: 6
Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern:
The Authority/MPS will invite between a minimum of 1 and a maximum of 6 of the highest scoring Candidates per LOT to move the next stage of the process and submit a tender in response to the ITT.
Further details see ITT Documents.
II.2.10)

Angaben über Varianten/Alternativangebote

Varianten/Alternativangebote sind zulässig: nein
II.2.11)

Angaben zu Optionen

Optionen: nein
II.2.13)

Angaben zu Mitteln der Europäischen Union

Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein
II.2.14)

Zusätzliche Angaben

See Tender Documents
II.2)

Beschreibung

II.2.1)

Bezeichnung des Auftrags

LOT 4 OPERATIONAL AMMUNITION 9mm x 19mm
Los-Nr.:  4
II.2.2)

Weitere(r) CPV-Code(s)

35330000  - 
II.2.3)

Erfüllungsort

Hauptort der Ausführung:  
UK
II.2.4)

Beschreibung der Beschaffung

Supply and Delivery of Operational Ammunition 9mm x 19mm.
All ammunition for the MPS should:
• Be of excellent quality and reliability
• Have a stable and consistent trajectory performance;
• Have accurate and consistent impact performance;
• Have consistent and appropriate target penetration characteristics;
• Be compatible for use with existing MPS (fully referenced in Weapons Reference Section of each Technical Specification)
All ammunition must meet the criteria as detailed in each Technical and Requirements and Specification documents as referenced in the Invitation to Tender (ITT) Documents.
Ammunition will be subject to MPS Trial Testing (Document Ref: PPG-RPT-18040) with our own MPS Weapons systems and MPS scenarios to best fit our operating environment. This will be conducted on Bidder samples as part of the Invitation to Tender Section process.
High Level Requirements
The MPS requires various calibre’s of ammunition for operational use. The primary objectives for Police operational ammunition is:
• To minimise the danger to the innocent through use of effective penetration and controlled expansion/hydraulic displacement.
• To provide the Police Officer safety and efficiency through accuracy, reliability and consistent performance in all circumstances.
The General Technical Requirements are as listed below:
I. Shall conform to all dimensional specifications and performance standards recommended by the SAAMI and must be certified by C.I.P. including up to +P pressures.
II. All ammunition will be compatible with and safe to use in weapons built to C.I.P., SAAMI, MIL and NATO specifications.
III. Must be compatible for use with weapons currently in use within the MPS – see Specifications - ‘Reference Weapons.
IV. The manual extraction of chambered ammunition must be possible by hand.
V. The ammunition must not cause damage to the weapon.
VI. Operational ammunition shall have a bullet that retains its effectiveness after penetrating designated barrier materials.
VII. Operational ammunition shall use a low flash propellant.
VIII. Propellant shall be clean burning; not leaving substantial fouling or powder residue in the firearm.
IX. Must be of sufficient reliability and quality that an Officer has confidence that the ammunition will function when required.
X. Operational ammunition shall be capable of achieving rapid incapacitation.
XI. Shall be suitably accurate and consistent when fired from operational weapons at designated ranges of engagement.
XII. Shall not, by nature of its combustion products, create a health hazard to the user.
XIII. Shall conform with or exceed “NPCC Armed Professional Practice Police use of Firearms guidance” 2008 DSTL.
And as otherwise set out in full within the ITT documents.
II.2.5)

Zuschlagskriterien

Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt
II.2.6)

Geschätzter Wert

Wert ohne MwSt.: 500000.00  GBP
II.2.7)

Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems

Laufzeit in Monaten: 48
Dieser Auftrag kann verlängert werden: nein
II.2.9)

Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden

Geplante Mindestzahl: 1  /  Höchstzahl: 6
Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern:
The Authority/MPS will invite between a minimum of 1 and a maximum of 6 of the highest scoring Candidates per LOT to move the next stage of the process and submit a tender in response to the ITT.
Further details see ITT Documents.
II.2.10)

Angaben über Varianten/Alternativangebote

Varianten/Alternativangebote sind zulässig: nein
II.2.11)

Angaben zu Optionen

Optionen: nein
II.2.13)

Angaben zu Mitteln der Europäischen Union

Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein
II.2.14)

Zusätzliche Angaben

See Tender Documents

Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben

III.1)

Teilnahmebedingungen

III.1.2)

Wirtschaftliche und finanzielle Leistungsfähigkeit

Eignungskriterien gemäß Auftragsunterlagen
III.1.3)

Technische und berufliche Leistungsfähigkeit

Eignungskriterien gemäß Auftragsunterlagen
III.2)

Bedingungen für den Auftrag

III.2.2)

Bedingungen für die Ausführung des Auftrags

See Tender Documents

Abschnitt IV: Verfahren

IV.1)

Beschreibung

IV.1.1)

Verfahrensart

Nichtoffenes Verfahren
IV.1.3)

Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem

Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung
Rahmenvereinbarung mit mehreren Wirtschaftsteilnehmern
Geplante Höchstanzahl an Beteiligten an der Rahmenvereinbarung:  4
IV.1.8)

Angaben zum Beschaffungsübereinkommen (GPA)

Der Auftrag fällt unter das Beschaffungsübereinkommen : ja
IV.2)

Verwaltungsangaben

IV.2.1)

Frühere Bekanntmachung zu diesem Verfahren

Bekanntmachungsnummer im ABl.: 2017/S 242-502336
IV.2.2)

Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge

Tag:  24.03.2020
Ortszeit:  12:00
IV.2.3)

Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber

Tag: 29.04.2020
IV.2.4)

Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können

[Language_EN]
IV.2.6)

Bindefrist des Angebots

Laufzeit in Monaten : 9  (ab dem Schlusstermin für den Eingang der Angebote)

Abschnitt VI: Weitere Angaben

VI.1)

Angaben zur Wiederkehr des Auftrags

Dies ist ein wiederkehrender Auftrag:  ja
Voraussichtlicher Zeitpunkt weiterer Bekanntmachungen:  
2025
VI.2)

Angaben zu elektronischen Arbeitsabläufen

Aufträge werden elektronisch erteilt
Die elektronische Rechnungsstellung wird akzeptiert
Die Zahlung erfolgt elektronisch
VI.3)

Zusätzliche Angaben

Lots and Access to Framework
There are four (4) LOTS as detailed in the notice. The Authority will award to one (1) Bidder per LOT. All Bidders can submit tenders for any or all LOTs and can bid for multiple LOTS.
The MPS has provided within the Tender document estimated annual volumes. These are estimates based on historic spend and current requirements only. The volumes are NOT guaranteed but just to give an indication of potential demand.
It should be noted, that the aim is that any framework agreement awarded via this tender will be open for other Participating Bodies to call off against.
Estimated volumes for potential other Participating Bodies are NOT presented in the ITT Documents. As a general guide, the MPS often multiply our estimated volumes by three to reflect other participant’s potential demand. However, this has not been done in this case due to complexity and difference in weapons systems used by different Police forces. However, the estimated contract value range referenced in the OJEU notice has been inflated to accommodate potential spend, should Participating Bodies use the Framework agreement.
The MPS and other UK police forces, emergency services, authorities and chief constables (“Participating Bodies”) may wish to call off Goods from this framework on a non-exclusive basis.
The Mayor's Office for Policing and Crime (MOPAC), as the Contracting Authority, is tendering for the supply of ammunition on behalf of the Metropolitan Police Service (MPS) and other beneficiaries listed within this Notice, the Participating Bodies.
The contract will also be open to be accessed by the following contracting authorities (who may require one, several or all of the Lots);
(43 Police Forces in England and Wales and Police Forces in Northern Ireland and Scotland) and the other agencies listed below;
Avon and Somerset Constabulary, Bedfordshire Police, British Transport Police, Cambridgeshire Constabulary, Cheshire Constabulary, City of London Police, Civil Nuclear Constabulary, Cleveland Police, Cumbria Constabulary, Derbyshire Constabulary, Devon and Cornwall Police, Dorset Police, Durham Constabulary, Dyfed-Powys Police, Essex Police, Gloucestershire Constabulary, Greater Manchester Police, Hampshire Constabulary, Hertfordshire Constabulary, Humberside Police, Kent Police, Lancashire Constabulary, Leicestershire Police, Lincolnshire Police, Merseyside Police, Ministry of Defence Police, National Crime Agency, Norfolk Constabulary, North Wales Police, Northamptonshire Police, Northumbria Police, North Yorkshire Police, Nottinghamshire Police, Police Service of Scotland, Police Scotland, Police Service of Northern Ireland, South Wales Police, South Yorkshire Police, Staffordshire Police, Suffolk Constabulary, Surrey Police, Sussex Police, Thames Valley Police, Warwickshire Police, West Mercia Police, West Midlands Police, West Yorkshire Police and Wiltshire Police, UK Border Agency, Home Office.
List is taken from www.police.uk/forces/
VI.4)

Rechtsbehelfsverfahren/Nachprüfungsverfahren

VI.4.1)

Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren

High Court of England and Wales
Royal Courts of Justice Strand, Holborn
London
WC2A 2LL
UK
Telefon: +44 2079476000

VI.4.2)

Zuständige Stelle für Schlichtungsverfahren

The Mayors Officer for Policing and Crime
Metropolitan Police Service, Commercial Services, Empress State Building, Earls Court, Lillie Road
London
SW6 1TR
UK

VI.4.3)

Einlegung von Rechtsbehelfen

Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen: 
Proceedings must be brought within 30 days of the date on which the economic operator knew or ought to have known of the breach of duty owed to it by the contracting authority unless the court considers there is good reason for extending the period within which proceedings can be brought.
VI.4.4)

Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt

High Court of England and Wales
Royal Courts of Justice, Strand, Holborn
London
WC2A 2LL
UK
Telefon: +44 2079476000