Housing 21 is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Water Hygiene Management Services |
Notice type: | Contract Notice |
Authority: | Housing 21 |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | Housing 21 is a leading not for profit provider of Retirement Housing and Extra Care for older people of modest means. Housing 21 has over 450 courts and are legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved. Housing 21 has requirements for two key water prevention methods including firstly; suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating. Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. |
Published: | 28/09/2021 11:42 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Housing 21
BASEMENT STORE 1 TRICORN HOUSE 51 53 HAGLEY ROAD, 51-53 Hagley Road, BIRMINGHAM, B168TP, United Kingdom
Tel. +44 03007901193, Email: manjeet.sandhu@housingandcare21.co.uk
Contact: Manjeet Singh Sandhu
Main Address: www.housing21.co.uk
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: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-BIRMINGHAM:-Surface-water-treatment-services./Y7THWE54J3
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent 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
Other type:: Not for profit
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Water Hygiene Management Services
Reference Number: Not provided
II.1.2) Main CPV Code:
90733400 - Surface water treatment services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Housing 21 is a leading not for profit provider of Retirement Housing and Extra Care for older people of modest means. Housing 21 has over 450 courts and are legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.
Housing 21 has requirements for two key water prevention methods including firstly; suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating. Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety.
II.1.5) Estimated total value:
Value excluding VAT: 4,500,000
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: Tenderers can submit bids for all three lots, but will only be awarded a maximum of two lots.
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Water Hygiene Management Services
Lot No: Lot 1 - North Region
II.2.2) Additional CPV codes:
45232430 - Water-treatment work.
II.2.3) Place of performance:
UKD NORTH WEST (ENGLAND)
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.
Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.
Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.
The north region has 171 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.
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: 1,100,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The contract term is five years with the possibility of a two year extension.
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: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Y7THWE54J3
II.2) Description Lot No. 2
II.2.1) Title: Water Hygiene Management Services
Lot No: Lot 2 - Central region
II.2.2) Additional CPV codes:
45232430 - Water-treatment work.
II.2.3) Place of performance:
UKF EAST MIDLANDS (ENGLAND)
UKG WEST MIDLANDS (ENGLAND)
UKG3 West Midlands
II.2.4) Description of procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.
Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.
Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.
The central region has 144 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.
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: 900,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The contract term is 5 years with the possibility of a five year extension.
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: Not provided
II.2) Description Lot No. 3
II.2.1) Title: Water Hygiene Management Services
Lot No: Lot 3 - South region
II.2.2) Additional CPV codes:
45232430 - Water-treatment work.
II.2.3) Place of performance:
IE052 South-East
UKI LONDON
IE053 South-West
II.2.4) Description of procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.
Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.
Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.
The south region has 183 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.
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: 1,500,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals: The contract term is 5 years with the possibility of a five year extension.
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: Not provided
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:
Not Provided
III.1.2) Economic and financial standing
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
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
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 OPEN
IV.1.1) Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - 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: 25/10/2021 Time: 12:00
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): 12
IV.2.7) Conditions for opening of tenders:
Date: 29/10/2021
Time: 12:01
Place:
Online
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Between 3 to five years.
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-BIRMINGHAM:-Surface-water-treatment-services./Y7THWE54J3
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/Y7THWE54J3
VI.4) Procedures for review
VI.4.1) Review body:
Housing and Care 21
10th Floor, Tricorn House, 51-53 Hagley Road, Birmingham, B16 8TP, 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:
Not provided
VI.5) Date Of Dispatch Of This Notice: 28/09/2021
Annex A
View any Notice Addenda
View Award Notice
Section I: Contracting Authority
I.1) Name, Addresses and Contact Point(s):
Housing 21
BASEMENT STORE 1 TRICORN HOUSE 51 53 HAGLEY ROAD, 51-53 Hagley Road, BIRMINGHAM, B168TP, United Kingdom
Tel. +44 03007901193, Email: manjeet.sandhu@housingandcare21.co.uk
Contact: Manjeet Singh Sandhu
Main Address: www.housing21.co.uk
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: No
I.4)Type of the contracting authority:
Other type:: Not for profit
I.5) Main activity:
Housing and community amenities
Section II: Object Of The Contract
II.1) Scope of the procurement
II.1.1) Title: Water Hygiene Management Services
Reference number: Not Provided
II.1.2) Main CPV code:
90733400 - Surface water treatment services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: Housing 21 is a leading not for profit provider of Retirement Housing and Extra Care for older people of modest means. Housing 21 has over 450 courts and are legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.
Housing 21 has requirements for two key water prevention methods including firstly; suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating. Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety.
II.1.6) Information about lots
This contract is divided into lots: Yes
II.1.7) Total value of the procurement (excluding VAT)
Value: 3,200,000
Currency:GBP
II.2) Description (lot no. 1)
II.2.1) Title:Water Hygiene Management Services
Lot No:Lot 1 - North Region
II.2.2) Additional CPV code(s):
45232430 - Water-treatment work.
II.2.3) Place of performance
Nuts code:
UKD - NORTH WEST (ENGLAND)
UKC - NORTH EAST (ENGLAND)
Main site or place of performance:
NORTH WEST (ENGLAND)
NORTH EAST (ENGLAND)
II.2.4) Description of the procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.
Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.
Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.
The north region has 171 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/Y7THWE54J3
II.2) Description (lot no. 2)
II.2.1) Title:Water Hygiene Management Services
Lot No:Lot 2 - Central region
II.2.2) Additional CPV code(s):
45232430 - Water-treatment work.
II.2.3) Place of performance
Nuts code:
UKF - EAST MIDLANDS (ENGLAND)
UKG - WEST MIDLANDS (ENGLAND)
UKG3 - West Midlands
Main site or place of performance:
EAST MIDLANDS (ENGLAND)
WEST MIDLANDS (ENGLAND)
West Midlands
II.2.4) Description of the procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.
Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.
Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.
The central region has 144 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.
II.2.5) Award criteria:
Not Provided
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
II.2) Description (lot no. 3)
II.2.1) Title:Water Hygiene Management Services
Lot No:Lot 3 - South region
II.2.2) Additional CPV code(s):
45232430 - Water-treatment work.
II.2.3) Place of performance
Nuts code:
IE052 - South-East
UKI - LONDON
IE053 - South-West
Main site or place of performance:
South-East
LONDON
South-West
II.2.4) Description of the procurement: Housing 21 is legally committed to ensuring that resident’s safety is achieved. Water hygiene services must be completed in line with industry standards and risks identified and resolved to ensure safety standards are achieved.
Housing 21 currently uses two suppliers to provide services across three regions (north, central, and south), the suppliers work towards providing three services. Firstly, suppliers work towards achieving compliance with a monitoring programme of water checks to ensure water within the system is being stored appropriately to reduce risk of legionella and other water-based bacteria’s cultivating.
Secondly scheduled surveys of the water system to assess the risk of exposure to legionella bacteria. As part of the service a risk assessment engineer will inspect, assess, and certify the water system and provide a written report on condition and safety. And thirdly court managers can use the suppliers (or their locally based contractors) to complete remedial works.
The south region has 183 courts and details are of these are located in the tender documents.
The contract term is 5 years with the possibility of a two-year extension. Housing 21 wishes to develop a long last collaborative relationship with successful suppliers and trust the contract term reflects this.
II.2.5) Award criteria:
Cost criterion - Name: Criterion 1 / Weighting: 10
II.2.11) Information about options
Options: 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
II.2.14) Additional information: Not Provided
Section IV: Procedure
IV.1) Description
IV.1.1)Type of procedure: Open
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement: 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: 2021/S 000-024053
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: Not Provided
Lot Number: Not Provided
Title: Water Hygiene Management Services - North
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/12/2021
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 14
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
MSM Environmental Services Limited, 03051722
Mossfield House, Chesham Fold Road, Bury, BL9 6JZ, United Kingdom
Internet address: https://www.tecs.uk.com/
NUTS Code: UKC
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 500,000
Total value of the contract/lot: 500,000
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: Water Hygiene Management Services - Central region
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/12/2021
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 14
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
MSM Environmental Services Limited, 03051722
Mossfield House, Chesham Fold Road, Bury, Great Manchester, BL9 6JZ, United Kingdom
Internet address: https://www.tecs.uk.com/
NUTS Code: UKG
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 800,000
Total value of the contract/lot: 800,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Award Of Contract (No.3)
Contract No: Not Provided
Lot Number: Not Provided
Title: Water Hygiene Management Services - South Region
A contract/lot is awarded: Yes
V.2) Award of contract
V.2.1) Date of conclusion of the contract: 30/12/2021
V.2.2) Information about tenders
Number of tenders received: 14
Number of tenders received from SMEs: 10 (SME - as defined in Commission Recommendation 2003/361/EC)
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 14
V.2.3) Name and address of the contractor
The contract has been awarded to a group of economic operators: No
Contractor (No.1)
H2O Nationwide Limited, N/A
Unit 1 Yardley Business Park, Luckyn Lane, Basildon, Essex, S143BZ, United Kingdom
Internet address: www.h2onationwide.co.uk
NUTS Code: UKJ
The contractor is an SME: Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 1,500,000
Total value of the contract/lot: 1,500,000
Currency: GBP
V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No
Section VI: Complementary information
VI.3) Additional information: 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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=654124862
VI.4) Procedures for review
VI.4.1) Review body
Housing and Care 21
10th Floor, Tricorn House, 51-53 Hagley Road, Birmingham, B16 8TP, 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: 04/01/2022