Sheffield Teaching Hospitals has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Estates - Building & Engineering,Mechanical,Electrical Works Framework |
Notice type: | Contract Notice |
Authority: | Sheffield Teaching Hospitals |
Nature of contract: | Works |
Procedure: | Restricted |
Short Description: | Framework Agreement for Building and Engineering works, Mechanical works, and Electrical works at Sheffield Teaching Hospitals Foundation Trust sites in Sheffield. UK. |
Published: | 16/01/2015 09:09 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Sheffield Teaching Hospitals NHS Foundation Trust
Royal Hallamshire Hospital, Supplies Department Floor C, Glossop Road, Sheffield, S10 2JF, United Kingdom
Tel. +44 1142265838, Fax. +44 1142711860, Email: philip.broadhurst@sth.nhs.uk
Contact: Supplies & Commercial Services, Attn: Phil Broadhurst
Electronic Access URL: https:/www.delta-esourcing.com/tenders/uk-sheffield:-Healthservices.GD2M37Q66T
Electronic Submission URL: https:/www.delta-esourcing.com/respond/GD2M37Q66T
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
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:
Health
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: WORKS
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Estates - Building & Engineering,Mechanical,Electrical Works Framework
II.1.2)Type of contract and location of works, place of delivery or of performance: WORKS Execution
Region Codes: UKE32 - Sheffield
II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement
II.1.4)Information on framework agreement:
Framework agreement with several operators
Duration of the framework agreement:
Duration in year(s): 5
Justification for a framework agreement the duration of which exceeds four years:
This is a specific requirement of the Sheffield Teaching Hospitals NHS Foundation Trust Estates Department who require a long term solution for this service. We are are looking to add an optional extension period of a further 2 years.
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: 20,000,000
Currency: GBP
II.1.5)Short description of the contract or purchase:
Structural products and parts except prefabricated buildings. Works for complete or part construction and civil engineering work. Building construction work. Construction work for buildings relating to health and social services, for crematoriums and public conveniences. Mechanical engineering installation works. Repair and maintenance services of mechanical building installations. Electrical installation work. Repair and maintenance services of electrical machinery, apparatus and associated equipment. Framework Agreement for Building and Engineering works, Mechanical works, and Electrical works at Sheffield Teaching Hospitals Foundation Trust sites in Sheffield. UK.
II.1.6)Common Procurement Vocabulary:
44212000 - Structural products and parts except prefabricated buildings.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
45351000 - Mechanical engineering installation works.
50712000 - Repair and maintenance services of mechanical building installations.
45310000 - Electrical installation work.
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: Yes
If yes, tenders should be submitted for: One or more lots
II.1.9)Information about variants:
Variants will be accepted: Yes
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
Lot 1 - Building & Engineering Works up tp £1m. Lot 2 - Building & Engineering Works £1m+. Lot 3 - Mechanical Works up to £1m. Lot 4 - Electrical Works up to £1m.
Estimated value excluding VAT: 20,000,000
Currency: GBP
II.2.2)Options: Yes
If yes, description of these options: Lot 1 - Building & Engineering Works up tp £1m. Lot 2 - Building & Engineering Works £1m+. Lot 3 - Mechanical Works up to £1m. Lot 4 - Electrical Works up to £1m. Suppliers are permitted to bid for any or all lots with the exception of Lots 1 and 2. Suppliers are not permitted to bid for Lot 1 if they are bidding for Lot 2.
II.2.3)Information about renewals:
This contract is subject to renewal: Yes
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 60 (from the award of the contract)
Information About Lots
Lot No: 1
Title: Building & Engineering Works up to £1m
1)Short Description:
Building and Engineering schemes up to £1m per scheme
2)Common Procurement Vocabulary:
45200000 - Works for complete or part construction and civil engineering work.
44212000 - Structural products and parts except prefabricated buildings.
45210000 - Building construction work.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract
Duration in Days: 1
5)Additional Information About Lots:
Please not that a supplier can only bid for Lot 1 if they are not intending to bid for Lot 2.
Lot No: 2
Title: Building & Engineering Works £1m+
1)Short Description:
Building and Engineering schemes £1 and over in value.
2)Common Procurement Vocabulary:
44212000 - Structural products and parts except prefabricated buildings.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots:
Please note that should a supplier bid for Lot 2 they are not permitted to also bid for Lot 1.
Lot No: 3
Title: Mechanical Works
1)Short Description:
Mechanical Works Schemes up to £1m in value
2)Common Procurement Vocabulary:
45351000 - Mechanical engineering installation works.
50712000 - Repair and maintenance services of mechanical building installations.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Lot No: 4
Title: Electrical Works up to £1m
1)Short Description:
Electrical Works schemes up to £1m in value
2)Common Procurement Vocabulary:
45310000 - Electrical installation work.
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
3)Quantity Or Scope: Not Provided
4)Indication About Different Date For Start Of Award Procedures And/Or Duration Of The Contract Not Provided
5)Additional Information About Lots: Not Provided
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: No
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(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
Technical capacity - means of proof required
(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: Not Provided
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Not Provided
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: 42746/EU/PB
IV.3.2)Previous publication(s) concerning the same contract: No
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
Date: 27/02/2015
Time: 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 01/05/2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)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: 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, and the contract will be awarded on the basis of the most economically advantageous tender.Sheffield Teaching Hospitals NHS Foundation Trust considers that this contract may be suitable for economic operators that are small or medium enterprises (SME's). However, any selection of tenderers will be based solely on the criteria set out for this procurement, and the contract will be awarded on the basis of the most economically advantageous tender.To respond to this opportunity please visit the Delta E Sourcing portal at: https:www.delta-esourcing.com/respond/GD2M37Q66T
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=120038463
GO-2015116-PRO-6295518 TKR-2015116-PRO-6295517
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Not Provided
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Not Provided
VI.5) Date Of Dispatch Of This Notice: 16/01/2015
ANNEX A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Sheffield Teaching Hospitals NHS Foundation Trust
Northern General Hospital, Supplies Department, Clocktower Building, Herries Road, Sheffield, S5 7AU, United Kingdom
Tel. +44 1142266801, Email: jackie.powell@sth.nhs.uk
Contact: Supplies & Commercial Services
Main Address: https://www.delta-esourcing.com
NUTS Code: UKE32
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: No
I.4)Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity:
Health
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Estates - Building & Engineering, Mechanical, Electrical Works Framework
Reference number: 42746//EU/PB
II.1.2) Main CPV code:
44212000 - Structural products and parts except prefabricated buildings.
II.1.3) Type of contract: WORKS
II.1.4) Short description: Framework Agreement for Building and Engineering works, Mechanical works, and Electrical works at Sheffield Teaching Hospitals Foundation Trust sites in Sheffield, UK has been let to 12 Suppliers, details included in this notice.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 20,000,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Building & Engineering Works up to £1m
Lot No:Lot 1
II.2.2) Additional CPV code(s):
45200000 - Works for complete or part construction and civil engineering work.
44212000 - Structural products and parts except prefabricated buildings.
45210000 - Building construction work.
45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences.
45351000 - Mechanical engineering installation works.
50712000 - Repair and maintenance services of mechanical building installations.
45310000 - Electrical installation work.
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
II.2.3) Place of performance
Nuts code:
UKE32 - Sheffield
Main site or place of performance:
Sheffield
II.2.4) Description of the procurement: Building and Engineering schemes up to £1m per scheme
II.2.5) Award criteria:
Quality criterion - Name: Management Strategy: timescales, leading a project and communication / Weighting: 40
Quality criterion - Name: Health & Safety: ability to prepare H&S documentation for the sample project and communication. / Weighting: 30
Quality criterion - Name: Design and Build: ability to provide this function and manage. / Weighting: 10
Cost criterion - Name: PriceFinancial: complete relevant documentation as part of the Trust’s tendering process. / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:Option to extend the contract for further periods up to 2 years
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: Not Provided
II.2) Description (lot no. 2)
II.2.1) Title:Building & Engineering Works £1m+
Lot No:Lot 2
II.2.2) Additional CPV code(s):
44212000 - Structural products and parts except prefabricated buildings.
45200000 - Works for complete or part construction and civil engineering work.
45210000 - Building construction work.
II.2.3) Place of performance
Nuts code:
UKE32 - Sheffield
Main site or place of performance:
Sheffield
II.2.4) Description of the procurement: Building and Engineering schemes £1 and over in value.
II.2.5) Award criteria:
Quality criterion - Name: Management Strategy: timescales, leading a project and communication / Weighting: 40
Quality criterion - Name: Health & Safety: ability to prepare H&S documentation for the sample project and communication. / Weighting: 30
Quality criterion - Name: Design and Build: ability to provide this function and manage. / Weighting: 10
Cost criterion - Name: Financial: complete relevant documentation as part of the Trust’s tendering process. / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:Option to extend the contract for further periods up to 2 years
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: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Mechanical Works
Lot No:Lot 3
II.2.2) Additional CPV code(s):
45351000 - Mechanical engineering installation works.
50712000 - Repair and maintenance services of mechanical building installations.
II.2.3) Place of performance
Nuts code:
UKE32 - Sheffield
Main site or place of performance:
Sheffield
II.2.4) Description of the procurement: Mechanical Works Schemes up to £1m in value
II.2.5) Award criteria:
Quality criterion - Name: Management Strategy: timescales, leading a project and communication / Weighting: 40
Quality criterion - Name: Health & Safety: ability to prepare H&S documentation for the sample project and communication. / Weighting: 30
Quality criterion - Name: Design and Build: ability to provide this function and manage. / Weighting: 10
Cost criterion - Name: Financial: complete relevant documentation as part of the Trust’s tendering process. / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:Option to extend the contract for further periods up to 2 years
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: Not Provided
II.2) Description (lot no. 4)
II.2.1) Title:Electrical Works up to £1m
Lot No:Lot 4
II.2.2) Additional CPV code(s):
45310000 - Electrical installation work.
50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment.
II.2.3) Place of performance
Nuts code:
UKE32 - Sheffield
Main site or place of performance:
Sheffield
II.2.4) Description of the procurement: Electrical Works schemes up to £1m in value
II.2.5) Award criteria:
Quality criterion - Name: Management Strategy: timescales, leading a project and communication / Weighting: 40
Quality criterion - Name: Health & Safety: ability to prepare H&S documentation for the sample project and communication. / Weighting: 30
Quality criterion - Name: Design and Build: ability to provide this function and manage. / Weighting: 10
Cost criterion - Name: Financial: complete relevant documentation as part of the Trust’s tendering process. / Weighting: 20
II.2.11) Information about options
Options: Yes
Description of these options:Option to extend the contract for further periods up to 2 years
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: Not Provided
Section IV: Procedure
IV.1) Description
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: No
A dynamic purchasing system was set up: No
IV.1.6) Information about electronic auction
An electronic auction has been used: No
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJEU: 2015/S 14-20380
IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No
Section V: Award of contract
Award Of Contract (No.1)
Contract No: 42746/EU/PB
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2016
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 13
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
BRITCON LTD
MIDLAND ROAD, SCUNTHORPE, DN16 1DQ, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.2)
Clugston Construction Ltd
St Vincent House, Normanby Road, Scunthorpe, DN15 8QT, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.3)
G.W. Dawes & Son (Heating & Plumbing) Ltd
Dannemora Drive, Sheffield, S9 5DF, United Kingdom
NUTS Code: UKE32
The contractor is an SME: No
Contractor (No.4)
Henry Boot Construction Ltd
Callywhite Lane, Dronfield, S18 2XN, United Kingdom
NUTS Code: UK
The contractor is an SME: No
Contractor (No.5)
Jarvale Construction Ltd
Unit 7, 50 Rother Valley Way, Sheffield, S20 3RW, United Kingdom
NUTS Code: UKE32
The contractor is an SME: No
Contractor (No.6)
O&P Construction Services Ltd
Common Lane, Wath upon Dearne, Rotherham, S63 7DX, United Kingdom
NUTS Code: UKE31
The contractor is an SME: No
Contractor (No.7)
Porter Electrical
2 Baxter Road, Sheffield, S6 1JF, United Kingdom
NUTS Code: UKE32
The contractor is an SME: No
Contractor (No.8)
Samtech Mechanical Services Limited
Khepera One, 9 Orgreave Road, Sheffield, S13 9LQ, United Kingdom
NUTS Code: UKE32
The contractor is an SME: No
Contractor (No.9)
Sheffield Electric Co. (Contractors) Ltd
330 Petre Street, Sheffield, S4 8LU, United Kingdom
NUTS Code: UKE32
The contractor is an SME: No
Contractor (No.10)
SPIE Limited
Unit 11, President Buildings, Savile Street East, Sheffield, S4 7UQ, United Kingdom
NUTS Code: UKE32
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.2)
Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 01/11/2016
V.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: 13
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: Yes
Contractor (No.1)
TH Michaels (construction) Ltd
Crown House, 87-89 Forncett Street, Sheffield, S4 7QG, United Kingdom
NUTS Code: UKE32
The contractor is an SME: No
Contractor (No.2)
W Wright Electrical & Mechanical
87 Princess Street, Sheffield, S4 7UU, United Kingdom
NUTS Code: UKE32
The contractor is an SME: No
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 10,000,000
Total value of the contract/lot: 10,000,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=229508588
VI.4) Procedures for review
VI.4.1) Review body
N/A
N/A, United Kingdom
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided
VI.4.4) Service from which information about the review procedure may be obtained
Not Provided
VI.5) Date of dispatch of this notice: 30/11/2016