Information Commissioner’s Office: Change Management Consultancy for the Information Commissioners Office

  Information Commissioner’s Office is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Change Management Consultancy for the Information Commissioners Office
Notice type: Contract Notice
Authority: Information Commissioner’s Office
Nature of contract: Services
Procedure: Open
Short Description: The Information Commissioner wishes to establish a panel of four to eight Management Consultants to support both the Executive Directorate for Strategic Change and Transformation, and the Commissioner’s Executive team, to understand and then develop the organisation’s operating model, with the agile development of outcome focused teams and governance, with a particular focus on supporting the delivery of her upstream activity.
Published: 06/08/2021 16:41
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-Wilmslow: Business and management consultancy and related services.
Section I: Contracting Authority
      I.1) Name and addresses
             Information Commissioner’s Office
             Wycliffe House, Water Lane, Wilmslow, SK9 5AF, United Kingdom
             Tel. +44 3304146666, Email: Procurement@ico.org.uk
             Contact: James Tomlinson
             Main Address: www.ico.org.uk
             NUTS Code: UKD6
      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-Wilmslow:-Business-and-management-consultancy-and-related-services./7374H9YRX3
      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:: Non-Departmental Public Body
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Change Management Consultancy for the Information Commissioners Office       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      79400000 - Business and management consultancy and related services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The Information Commissioner wishes to establish a panel of four to eight Management Consultants to support both the Executive Directorate for Strategic Change and Transformation, and the Commissioner’s Executive team, to understand and then develop the organisation’s operating model, with the agile development of outcome focused teams and governance, with a particular focus on supporting the delivery of her upstream activity.       
      II.1.5) Estimated total value:
      Value excluding VAT: 450,000       
      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: 4
      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: Digital transformation       
      Lot No: 1       
      II.2.2) Additional CPV codes:
      79400000 - Business and management consultancy and related services.
      
      II.2.3) Place of performance:
      UKD6 Cheshire
      
      II.2.4) Description of procurement: Digital transformation consultancy to support our new ways of working following the pandemic. Identifying strategic digital transformation activities and opportunities to support the development of the organisation and its new ways of working following the pandemic.

Providing expert knowledge to analyse information, draw conclusions and make smart, creative recommendations in the form of a written report or intellectual product for future action.
Developing concepts or processes where critical judgment on behalf of the consultancy is required to develop a recommended course for the Information Commissioner.
Providing expert advice on the professional matters outlined above.
Carrying out research projects, attitudinal surveys, feasibility studies and fact finding workshops or interviews, where recommendations are the result.
Developing or designing frameworks or processes.
      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: 150,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Beyond the initial 36 months, extension of a further 12 month period if required.
      
      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/7374H9YRX3       
II.2) Description Lot No. 2
      
      II.2.1) Title: Organisational Development and Culture Change       
      Lot No: 2       
      II.2.2) Additional CPV codes:
      79400000 - Business and management consultancy and related services.
      
      II.2.3) Place of performance:
      UKD6 Cheshire
      
      II.2.4) Description of procurement: Consultancy support for Organisational Development and Culture Change - the establishment of high performing, data informed project or outcome based teams to deliver discrete work, including upstream work supporting our role as a horizontal regulator.
      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: 120,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Beyond the initial 36 months, extension of a further 12 month period if required.
      
      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: Leadership Development, Coaching and Training       
      Lot No: 3       
      II.2.2) Additional CPV codes:
      79998000 - Coaching services.
      
      II.2.3) Place of performance:
      UKD6 Cheshire
      
      II.2.4) Description of procurement: Executive coaching and leadership development support. Providing executive level coaching, with coaches fully experienced in the regulatory environment.
      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: 100,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Beyond the initial 36 months, extension of a further 12 month period if required.
      
      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: Succession Planning       
      Lot No: 4       
      II.2.2) Additional CPV codes:
      79400000 - Business and management consultancy and related services.
      
      II.2.3) Place of performance:
      UKD6 Cheshire
      
      II.2.4) Description of procurement: Design and deliver a succession planning programme for our Executive Directors and Directors which would include the initial review of roles, developing the skills assessment and scoping the development programme.
      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: 80,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 36       
      This contract is subject to renewal: Yes       
      Description of renewals: Beyond the initial 36 months, extension of a further 12 month period if required.
      
      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    
         Framework agreement with several operators       
         Envisaged maximum number of participants to the framework agreement: 8           
         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: 06/09/2021 Time: 17:00
            
      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: 06/09/2021
         Time: 17:01
      

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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Wilmslow:-Business-and-management-consultancy-and-related-services./7374H9YRX3

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/7374H9YRX3
   VI.4) Procedures for review
   VI.4.1) Review body:
             High Court of England and Wales
       Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             High Court of England and Wales
          The Strand, London, London, WC2A 2LL, 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: 06/08/2021

Annex A


View any Notice Addenda

View Award Notice

UK-Wilmslow: Business and management consultancy and related services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Information Commissioner’s Office
       Wycliffe House, Water Lane, Wilmslow, SK9 5AF, United Kingdom
       Tel. +44 3304146666, Email: Procurement@ico.org.uk
       Main Address: www.ico.org.uk
       NUTS Code: UKD6

   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:: Non-Departmental Public Body

   I.5) Main activity:
      Other activity: Regulator - Data Protection & FOI

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Change Management Consultancy for the Information Commissioners Office            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         79400000 - Business and management consultancy and related services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: The Information Commissioner wishes to establish a panel of four to eight Management Consultants to support both the Executive Directorate for Strategic Change and Transformation, and the Commissioner’s Executive team, to understand and then develop the organisation’s operating model, with the agile development of outcome focused teams and governance, with a particular focus on supporting the delivery of her upstream activity.

      II.1.6) Information about lots
         This contract is divided into lots: Yes
                                    
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 450,000
                  
         Currency:GBP            

   II.2) Description (lot no. 1)
   

      II.2.1) Title:Digital transformation   
      Lot No:1

      II.2.2) Additional CPV code(s):
            79400000 - Business and management consultancy and related services.


      II.2.3) Place of performance
      Nuts code:
      UKD6 - Cheshire
   
      Main site or place of performance:
      Cheshire
             

      II.2.4) Description of the procurement: Digital transformation consultancy to support our new ways of working following the pandemic. Identifying strategic digital transformation activities and opportunities to support the development of the organisation and its new ways of working following the pandemic.

Providing expert knowledge to analyse information, draw conclusions and make smart, creative recommendations in the form of a written report or intellectual product for future action.
Developing concepts or processes where critical judgment on behalf of the consultancy is required to develop a recommended course for the Information Commissioner.
Providing expert advice on the professional matters outlined above.
Carrying out research projects, attitudinal surveys, feasibility studies and fact finding workshops or interviews, where recommendations are the result.
Developing or designing frameworks or processes.

      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/7374H9YRX3

   II.2) Description (lot no. 2)
   

      II.2.1) Title:Organisational Development and Culture Change   
      Lot No:2

      II.2.2) Additional CPV code(s):
            79400000 - Business and management consultancy and related services.


      II.2.3) Place of performance
      Nuts code:
      UKD6 - Cheshire
   
      Main site or place of performance:
      Cheshire
             

      II.2.4) Description of the procurement: Consultancy support for Organisational Development and Culture Change - the establishment of high performing, data informed project or outcome based teams to deliver discrete work, including upstream work supporting our role as a horizontal regulator.

      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:Leadership Development, Coaching and Training   
      Lot No:3

      II.2.2) Additional CPV code(s):
            79998000 - Coaching services.


      II.2.3) Place of performance
      Nuts code:
      UKD6 - Cheshire
   
      Main site or place of performance:
      Cheshire
             

      II.2.4) Description of the procurement: Executive coaching and leadership development support. Providing executive level coaching, with coaches fully experienced in the regulatory environment.

      II.2.5) Award criteria:
                  
      Price - Weighting: 50
            

      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. 4)
   

      II.2.1) Title:Succession Planning   
      Lot No:4

      II.2.2) Additional CPV code(s):
            79400000 - Business and management consultancy and related services.


      II.2.3) Place of performance
      Nuts code:
      UKD6 - Cheshire
   
      Main site or place of performance:
      Cheshire
             

      II.2.4) Description of the procurement: Design and deliver a succession planning programme for our Executive Directors and Directors which would include the initial review of roles, developing the skills assessment and scoping the development programme.

      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


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 000-019115
      
   

   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: 2021ICO00150    
   Lot Number: 1    
   Title: Digital Transformation

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/11/2021

      V.2.2) Information about tenders
         Number of tenders received: 12
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Human Engine Limited, 11212476
             9 Disraeli Square, Aylesbury, HP19 7GS, United Kingdom
             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: 150,000          
         Total value of the contract/lot: 150,000
         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: 2    
   Title: Organisational Development and Culture Change

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 23/11/2021

      V.2.2) Information about tenders
         Number of tenders received: 12
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Human Engine Limited, 11212476
             9 Disraeli Square, Aylesbury, HP19 7GS, United Kingdom
             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: 120,000          
         Total value of the contract/lot: 120,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.3)

   Contract No: 2021ICO00151    
   Lot Number: 3    
   Title: Leadership Development, Coaching and Training

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 8
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Azure Consulting Limited, 04511647
             Gresham House, 5-7 St Paul’s Street, Leeds, LS1 2JG, United Kingdom
             NUTS Code: UKE42
            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: 100,000          
         Total value of the contract/lot: 100,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.4)

   Contract No: Not Provided    
   Lot Number: 4    
   Title: Succession Planning

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 11/04/2022

      V.2.2) Information about tenders
         Number of tenders received: 3
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Azure Consulting Limited, 04511647
             Gresham House, 5-7 St Paul’s Street, Leeds, LS1 2JG, United Kingdom
             NUTS Code: UKE42
            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: 80,000          
         Total value of the contract/lot: 40,000
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         

Award Of Contract (No.5)

   Contract No: 2021ICO00152    
   Lot Number: 4    
   Title: Succession Planning

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 22/11/2021

      V.2.2) Information about tenders
         Number of tenders received: 3
         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: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: No
         
         Contractor (No.1)
             Oliver Wyman, 02995605
             1 Tower Place West, Tower Place, London, EC34 5BU, United Kingdom
             NUTS Code: UKI
            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: 80,000          
         Total value of the contract/lot: 40,000
         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=676700925

   VI.4) Procedures for review

      VI.4.1) Review body
          High Court of England and Wales
          Strand, London, WC2A 2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          High Court of England and Wales
          The Strand, London, London, WC2A 2LL, 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: 12/05/2022