Forestry Commission is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Framework for Plant Health Inspection and Survey Services in England, Scotland and Wales |
Notice type: | Contract Notice |
Authority: | Forestry Commission |
Nature of contract: | Services |
Procedure: | Open |
Short Description: | The Forestry Commission intend to award a framework principally for the provision of a Plant Health Inspection Service for controlled wood, wood products and bark entering Great Britain from abroad in order to protect Britain’s woodlands and trees from harmful pests and diseases. Some survey work is also included in the framework. |
Published: | 14/09/2018 10:20 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
Forestry Commission
620 Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
Email: procurement.england@forestry.gsi.gov.uk
Main Address: www.forestry.gov.uk/selltous
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: http://www.delta-esourcing.com/tenders/UK-UK-Bristol:-Technical-inspection-services./X7HZY652PJ
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
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Framework for Plant Health Inspection and Survey Services in England, Scotland and Wales
Reference Number: FEE/0489
II.1.2) Main CPV Code:
71631000 - Technical inspection services.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Forestry Commission intend to award a framework principally for the provision of a Plant Health Inspection Service for controlled wood, wood products and bark entering Great Britain from abroad in order to protect Britain’s woodlands and trees from harmful pests and diseases. Some survey work is also included in the framework.
II.1.5) Estimated total value:
Value excluding VAT: 3,500,000
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: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided
II.2) Description
II.2) Description Lot No. 1
II.2.1) Title: Highland and Grampian (Port inspection work)
Lot No: 1
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKM6 Highlands and Islands
II.2.4) Description of procurement: This lot is for the plant health inspection service of controlled wood products into the principle ports of Inverness, Aberdeen and Montrose.
The contract area includes the following local government districts- Highland, Moray, Aberdeenshire, Aberdeen City, Angus.
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: 12,000
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.2.10) 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. 2
II.2.1) Title: Central Scotland (port inspection work)
Lot No: 2
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKM SCOTLAND
II.2.4) Description of procurement: This lot is for the plant health inspection service of controlled wood products into the principle ports Grangemouth and Greenock.
The contract area includes the following local government districts- Perth and Kinross , Fife, Stirling, Dundee City, Clackmannanshire, West Dunbartonshire, East Dunbartonshire, North Lanarkshire, Renfrewshire, East Renfrewshire, Glasgow City, Falkirk, South Lanarkshire, West Lothian, City of Edinburgh, Midlothian, East Lothian, Scottish Borders and Dumfries and Galloway, East Ayrshire and South Ayrshire, North Ayrshire and Inverclyde.
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: 88,000
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.2.10) 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: Scotland except for West of Scootland (Protected Zone survey work)
Lot No: 3
II.2.2) Additional CPV codes:
71355000 - Surveying services.
II.2.3) Place of performance:
UKM SCOTLAND
II.2.4) Description of procurement: This lot does not include any port inspection work. The lot is principally for placing, preparing and maintaining Protected Zone plot traps.
The contract area includes the following local government districts- Highland (and excludes any work associated with Phytophthora ramorum Licensing and Audit inspections in the Highland area), Moray, Aberdeenshire, Aberdeen City, Angus, Perth and Kinross , Stirling , Fife, Dundee City , Clackmannanshire, East Dunbartonshire , West Dunbartonshire, North Lanarkshire, Renfrewshire, East Renfrewshire, Glasgow City, Falkirk, West Lothian, City of Edinburgh, Midlothian, East Lothian, East Ayrshire, South Lanarkshire, South Ayrshire, Scottish Borders, Dumfries and Galloway, Inverclyde and North Ayrshire.
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: 67,000
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.2.10) 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. 4
II.2.1) Title: West of Scotland
Lot No: 4
II.2.2) Additional CPV codes:
77610000 - Trapping services.
II.2.3) Place of performance:
UKM SCOTLAND
II.2.4) Description of procurement: The lot area includes the following local government districts - Argyll and Bute, North and South Ayrshire, Inverclyde, West Dunbartonshire, Stirling, Perth and Kinross, Highland. The only areas where Phytophthora ramorum Licensing and Audit inspections will be carried out are Argyll and Bute and Highland.
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: 94,000
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.2.10) 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. 5
II.2.1) Title: North West England and North Wales
Lot No: 5
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKL WALES
UKD NORTH WEST (ENGLAND)
II.2.4) Description of procurement: This lot is for the plant health inspection service of controlled wood products into the principle ports around the Dee river estuary and Liverpool.
The contract area includes the following unitary authority areas - Carlisle, Allerdale, Copeland, Eden, South Lakeland, Lancaster, Craven, Wyre, Ribble Valley, Blackpool, Fylde, Preston, South Ribble, Blackburn with Darwen, Hyndburn, Rossendale, Burnley, Pendle, Bolton, Bury, Rochdale, West Lancashire, Liverpool, Knowsley, St. Helens, Halton, Warrington, Trafford, Salford, Manchester, Tameside, Stockport, Chorley, Sefton, Wirral, Wigan, Oldham, Bradford, Leeds, Wakefield, Kirklees, Cheshire East, Chester West and Chester, Flintshire, Denbighshire, Conwy, Isle of Anglesey, Gwynedd, Calderdale and Wrexham
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: 306,000
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.2.10) 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. 6
II.2.1) Title: North East England
Lot No: 6
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKC NORTH EAST (ENGLAND)
II.2.4) Description of procurement: This lot includes the plant health inspection service of controlled wood products into the principle ports of Teesport, Seaham, Hartlepool, Port of Sunderland and the Port of Tyne.
The contract area includes the following unitary authority areas - Northumberland, Newcastle upon Tyne, North Tyneside, Stockton on Tees, Middlesbrough, South Tyneside, Gateshead, Sunderland, County Durham, Hartlepool, Redcar and Cleveland, Darlington, Scarborough, Ryedale, Hambleton, Harrogate, Richmondshire
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: 134,000
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.2.10) 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. 7
II.2.1) Title: Humber
Lot No: 7
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKE YORKSHIRE AND THE HUMBER
II.2.4) Description of procurement: This lot includes the plant health inspection service of controlled wood products into the principle ports of Hull, Barrowhaven, Flixsborough, Grove, Keadby, Grimsby, New Holland, Goole, and Immingham.
The lot area includes the local government districts of North East Lincolnshire, North Lincolnshire, City of Kingston Upon Hull, East Riding of Yorkshire, York, Selby, Doncaster, West Lindsey, East Lindsey, North Kesteven South Kesteven, Lincoln,
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: 168,000
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.2.10) 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. 8
II.2.1) Title: North and South Thames
Lot No: 8
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKI6 Outer London – South
UKI5 Outer London – East and North East
UKI7 Outer London – West and North West
II.2.4) Description of procurement: This lot includes the plant health inspection service of controlled wood products into the principle ports of Tilbury, London Gateway and Thamesport.
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: 112,000
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.2.10) 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. 9
II.2.1) Title: Anglia
Lot No: 9
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKH EAST OF ENGLAND
II.2.4) Description of procurement: This lot involves the plant health inspection service of controlled wood products into the principle ports of Felixstowe and Harwich.
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: 324,000
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.2.10) 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. 10
II.2.1) Title: Solent
Lot No: 10
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKK21 Bournemouth and Poole
UKJ32 Southampton
II.2.4) Description of procurement: This lot involves plant health inspection service of controlled wood products into the principle ports of Poole, Southampton and Shoreham. The lot area includes the following counties of:
West Sussex, Hampshire, West Berkshire, Oxfordshire (part only), Dorset (part only, Wiltshire (part only), Greater London (prt only).
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: 303,000
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.2.10) 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. 11
II.2.1) Title: Avonmouth (Severn) and South Wales
Lot No: 11
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKG11 Herefordshire, County of
UKG22 Shropshire CC
UKG12 Worcestershire
UKK23 Somerset
UKK13 Gloucestershire
II.2.4) Description of procurement: This lots includes the plant health inspection service of controlled wood products into the principle ports of Portbury, Cardiff, Newport, Swansea, Barry and Avonmouth.
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: 107,000
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.2.10) 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. 12
II.2.1) Title: South West England
Lot No: 12
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKK SOUTH WEST (ENGLAND)
II.2.4) Description of procurement: This lot includes the plant health inspection service of controlled wood products into the principle ports of Plymouth, Par, and Fowey.
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: 36,000
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.2.10) 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. 13
II.2.1) Title: South Central England
Lot No: 13
II.2.2) Additional CPV codes:
71631000 - Technical inspection services.
II.2.3) Place of performance:
UKG24 Staffordshire CC
UKG13 Warwickshire
UKF2 Leicestershire, Rutland and Northamptonshire
UKE3 South Yorkshire
UKG3 West Midlands
UKF1 Derbyshire and Nottinghamshire
UKJ14 Oxfordshire
II.2.4) Description of procurement: There are no principle ports in this contract as the lot is land locked. This area has not previously been the subject of a Forestry Commission contract for plant health inspection work and is a new geographical lot for this framework.
Anticipated work includes:
•Phytophthora ramorum processor authorisation visits and audits
•Inspection of imports of firewood at the first point of destination under the statutory notification scheme for firewood
•Inspections of export goods in relation to issuing export phytosanitary certificates
•Visits to logistic premises to check compliance of imported wood packaging materia
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: 50,000
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.2.10) 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
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.2.1) 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: Yes
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 36
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: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: 2018/S 37 - 80640
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 07/11/2018 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): 3
IV.2.7) Conditions for opening of tenders:
Date: 07/11/2018
Time: 13:00
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 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.
To gain full access to the tender documentation you need to log in to our e-sourcing system. This can be done by using existing Delta eSourcing registration details or by registering via www.forestry.gov.uk/selltous if you have not registered before. Registration is free.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://forestrycommission.delta-esourcing.com/tenders/UK-UK-Bristol:-Technical-inspection-services./X7HZY652PJ
To respond to this opportunity, please click here:
https://forestrycommission.delta-esourcing.com/respond/X7HZY652PJ
VI.4) Procedures for review
VI.4.1) Review body:
Forestry Commission
Bristol Business Park, Coldharbour Lane, Bristol, BS16 1EJ, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Chartered Institute of Arbitrators
Bloomsbury Square, London, WC1A 2LP, 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 lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 14/09/2018
Annex A