Skip to main content.

Fusion21 Members Consortium: Fusion21 Grounds Maintenance Framework-Contract Notice

  Fusion21 Members Consortium is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Fusion21 Grounds Maintenance Framework-Contract Notice
Notice type: Contract Notice
Authority: Fusion21 Members Consortium
Nature of contract: Services
Procedure: Open
Short Description: Fusion21 is developing a Framework for the provision of Grounds Maintenance services for use by current and prospective Members. This is a single Lot framework with a broad scope of grounds maintenance services, bidders are not expected to be able to provide the full scope of services. This procurement exercise is inviting tenders from all interested companies who meet the criteria set out in the tender documentation. Full detail and requirements of accreditation criteria are set out in the Qualification Questionnaire.
Published: 11/03/2022 14:35
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-Prescot: Grounds maintenance services.
Section I: Contracting Authority
      I.1) Name and addresses
             Fusion21 Members Consortium
             Unit 2 Puma Court, Kings Business Park, Prescot, L34 1PJ, United Kingdom
             Tel. +44 8453082321, Email: beverley.willis@fusion21.co.uk
             Contact: Beverley Willis
             Main Address: http://www.fusion21.co.uk, Address of the buyer profile: https://fusion21.delta-esourcing.com/
             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: Yes.
      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-Prescot:-Grounds-maintenance-services./8SRVJ4F3X9
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/8SRVJ4F3X9 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:: A consortium of organisations governed by public law
      I.5) Main activity
            General public services

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Fusion21 Grounds Maintenance Framework-Contract Notice       
      Reference Number: Not provided
      II.1.2) Main CPV Code:
      77314000 - Grounds maintenance services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Fusion21 is developing a Framework for the provision of Grounds Maintenance services for use by current and prospective Members. This is a single Lot framework with a broad scope of grounds maintenance services, bidders are not expected to be able to provide the full scope of services.

This procurement exercise is inviting tenders from all interested companies who meet the criteria set out in the tender documentation. Full detail and requirements of accreditation criteria are set out in the Qualification Questionnaire.       
      II.1.5) Estimated total value:
      Value excluding VAT: 85,000,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      77314000 - Grounds maintenance services.
      45112700 - Landscaping work.
      45112720 - Landscaping work for sports grounds and recreational areas.
      77300000 - Horticultural services.
      77310000 - Planting and maintenance services of green areas.
      77313000 - Parks maintenance services.
      45112711 - Landscaping work for parks.
      45112723 - Landscaping work for playgrounds.
      77320000 - Sports fields maintenance services.
      45212220 - Multi-purpose sports facilities construction work.
      45212210 - Single-purpose sports facilities construction work.
      45212213 - Sport markings works.
      45236119 - Repair work on sports fields.
      77312000 - Weed-clearance services.
      77330000 - Floral-display services.
      77314100 - Grassing services.
      39293300 - Artificial grass.
      37535200 - Playground equipment.
      50870000 - Repair and maintenance services of playground equipment.
      43325000 - Park and playground equipment.
      90511300 - Litter collection services.
      77120000 - Composting services.
      77211300 - Tree-clearing services.
      77211400 - Tree-cutting services.
      77211500 - Tree-maintenance services.
      77340000 - Tree pruning and hedge trimming.
      45342000 - Erection of fencing.
      34928400 - Urban furniture.
      45233293 - Installation of street furniture.
      34928500 - Street-lighting equipment.
      34928000 - Road furniture.
      44113900 - Road-maintenance materials.
      45111240 - Ground-drainage work.
      14410000 - Rock salt.
      44113910 - Winter-maintenance materials.
      43325100 - Grounds-maintenance equipment.
      37412000 - Water-sports equipment.
      37535290 - Wall and rope climbing equipment.
      37415000 - Athletics equipment.
      37416000 - Leisure equipment.
      37420000 - Gymnasium equipment.
      37440000 - Fitness equipments.
      37450000 - Field and court sports equipment.
      38221000 - Geographic information systems (GIS or equivalent).
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Fusion21 is looking to renew their current Grounds Maintenance Framework which expires on in June 2022 and launch a new Grounds Maintenance Framework. The scope for this framework includes the following, bidders are not expected to be able to deliver everything listed in this scope of services:
•Hedge cutting & maintenance
•Grass cutting & mowing / Lawn care
•Removal of trees, shrubs or hedges
•Leaf blowing & clearing
•Shrub/perennial/plant bed maintenance;
•Weed control;
•Litter picking;
•Street cleaning
•Gritting and snow clearance / winter maintenance
•Arboriculture work;
•Invasive weeds removal;
•Water feature maintenance;
•Landscaping;
•Fencing;
•Public furniture maintenance (fittings / fixing – benches / bins / signs)
•Car park and line marking
•Maintenance of Playground / Outdoor Equipment
•Installation of Playground / Outdoor Equipment
•Maintenance of synthetic / non-synthetic Sports pitches including Multi Use Game Areas
•Installation of synthetic / non-synthetic Sports pitches including Multi Use Game Areas
•Geographical Information Systems
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Quality weighting / Weighting: 60
                        
            Cost criterion - Name: Price weighting / Weighting: 40
                              
      II.2.6) Estimated value:
      Value excluding VAT: 85,000,000       
      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: To respond to this opportunity for Lot 1 you must complete two separate Questionnaires at
the links below:
1.Complete the SQ which can be accessed here:
https://fusion21.delta-esourcing.com/respond/8SRVJ4F3X9
2.Complete the tender box (quality and price) for Lot 1 which can be accessed here:
https://fusion21.delta-esourcing.com/respond/G6R25CE8T3       


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:          
      Please refer to the procurement documents for the list of mandatory accreditations.    
      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       
      Framework suppliers will be required to deliver social value outcomes through the delivery of call-off contracts in accordance with Clause 24 of the Framework Agreement.          
      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: 15           
         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: 2022/S 000 - 000233       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 22/04/2022 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): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 22/04/2022
         Time: 12:30
         Place:
         Fusion21 Ltd, Unit 2 Puma Court, Kings Business Park, Prescot, Merseyside L34 1PJ
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: Yes    
   Estimated timing for further notices to be published: Approximately 12 months before the end of the Framework term.
   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.

Where the contract notice states a maximum of 15 operators to be appointed to the
framework, this means up to 15 within each lot and geographical region. Fusion21 reserves
the right to vary this number and bidders accept this on submission of their bid.

The permissible users able to access this framework can be clearly identified via the
following link: https://www.fusion21.co.uk/frameworks/frameworks-permissible-users/
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://fusion21.delta-esourcing.com/tenders/UK-UK-Prescot:-Grounds-maintenance-services./8SRVJ4F3X9

To respond to this opportunity, please click here:
https://fusion21.delta-esourcing.com/respond/8SRVJ4F3X9
   VI.4) Procedures for review
   VI.4.1) Review body:
             Royal Courts of Justice
       The Strand, London, WC2A 2LL, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
             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 lodging of appeals may be obtained:
          Cabinet Office
       70 Whitehall, London, SW1A 2AS, United Kingdom
   VI.5) Date Of Dispatch Of This Notice: 11/03/2022

Annex A


View any Notice Addenda

View Award Notice

UK-Prescot: Grounds maintenance services.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       Fusion21 Members Consortium
       Unit 2 Puma Court, Kings Business Park, Prescot, L34 1PJ, United Kingdom
       Tel. +44 8453082321, Email: beverley.willis@fusion21.co.uk
       Contact: Beverley Willis
       Main Address: https://www.fusion21.co.uk, Address of the buyer profile: https://fusion21.delta-esourcing.com/
       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: Yes

   I.4)Type of the contracting authority:
      Other type:: A consortium of organisations governed by public law

   I.5) Main activity:
      General public services

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Fusion21 Grounds Maintenance Framework            
      Reference number: Not Provided

      II.1.2) Main CPV code:
         77314000 - Grounds maintenance services.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Fusion21 has developed a Framework for the provision of Grounds Maintenance services for use by current and prospective Members.

This award notice summarises the outcome and suppliers appointed to the Framework

      II.1.6) Information about lots
         This contract is divided into lots: No
                  
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 85,000,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
            77314000 - Grounds maintenance services.
            45112700 - Landscaping work.
            45112720 - Landscaping work for sports grounds and recreational areas.
            77300000 - Horticultural services.
            77310000 - Planting and maintenance services of green areas.
            77313000 - Parks maintenance services.
            45112711 - Landscaping work for parks.
            45112723 - Landscaping work for playgrounds.
            77320000 - Sports fields maintenance services.
            45212220 - Multi-purpose sports facilities construction work.
            45212210 - Single-purpose sports facilities construction work.
            45212213 - Sport markings works.
            45236119 - Repair work on sports fields.
            77312000 - Weed-clearance services.
            77330000 - Floral-display services.
            77314100 - Grassing services.
            39293300 - Artificial grass.
            37535200 - Playground equipment.
            50870000 - Repair and maintenance services of playground equipment.
            43325000 - Park and playground equipment.
            90511300 - Litter collection services.
            77120000 - Composting services.
            77211300 - Tree-clearing services.
            77211400 - Tree-cutting services.
            77211500 - Tree-maintenance services.
            77340000 - Tree pruning and hedge trimming.
            45342000 - Erection of fencing.
            34928400 - Urban furniture.
            45233293 - Installation of street furniture.
            34928500 - Street-lighting equipment.
            34928000 - Road furniture.
            44113900 - Road-maintenance materials.
            45111240 - Ground-drainage work.
            14410000 - Rock salt.
            44113910 - Winter-maintenance materials.
            43325100 - Grounds-maintenance equipment.
            37412000 - Water-sports equipment.
            37535290 - Wall and rope climbing equipment.
            37415000 - Athletics equipment.
            37416000 - Leisure equipment.
            37420000 - Gymnasium equipment.
            37440000 - Fitness equipments.
            37450000 - Field and court sports equipment.
            38221000 - Geographic information systems (GIS or equivalent).


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: The scope for this framework includes the following:
•Hedge cutting & maintenance
•Grass cutting & mowing / Lawn care
•Removal of trees, shrubs or hedges
•Leaf blowing & clearing
•Shrub/perennial/plant bed maintenance;
•Weed control;
•Litter picking;
•Street cleaning
•Gritting and snow clearance / winter maintenance
•Arboriculture work;
•Invasive weeds removal;
•Water feature maintenance;
•Landscaping;
•Fencing;
•Public furniture maintenance (fittings / fixing – benches / bins / signs)
•Car park and line marking
•Maintenance of Playground / Outdoor Equipment
•Installation of Playground / Outdoor Equipment
•Maintenance of synthetic / non-synthetic Sports pitches including Multi Use Game Areas
•Installation of synthetic / non-synthetic Sports pitches including Multi Use Game Areas
•Geographical Information Systems

      II.2.5) Award criteria:
      Quality criterion - Name: Quality weighting / Weighting: 60
                  
      Cost criterion - Name: Price weighting / Weighting: 40
            

      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: Yes       
      

   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: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2022/S 000-006749
      
   

   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: Fusion21 Grounds Maintenance Framework

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 18
         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: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Chequers Contract Services Limited, 05134135
             Unit 1, 40 Coldharbour Lane, Harpenden, Hertfordshire, AL5 4UN, United Kingdom
             Tel. +44 2086656746, Email: info@chequerscontracts.co.uk
             Internet address: https://www.chequerscontracts.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.2)
             Commercial Services Trading Limited, 05858178
             5-6 Heronden Road, Maidstone, Kent, ME15 9YR, United Kingdom
             Tel. +44 8081685808, Email: info@csltd.org.uk
             Internet address: https://www.commercialservices.org.uk/our-group/operational-services/landscape-services
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             Gould Landscapes Limited, 4814203
             20 Schooner Park, Schooner Court, Crossways Business Park, Dartford, DA2 6NW, United Kingdom
             Tel. +44 8448094429, Email: helpdesk@gouldlandscapes.co.uk
             Internet address: https://www.gouldlandscapes.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.4)
             Greenfingers Landscape Ltd, 3203422
             Kennet Suite, Earl Business Centre, Dowry Street, Oldham, OL8 2PF, United Kingdom
             Tel. +44 1613887210, Email: info@greenfingers-group.co.uk
             Internet address: https://www.greenfingers-group.co.uk/
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.5)
             Ground Control Limited, 01795094
             Kingfisher House, Radford Way, Billericay, Essex, CM12 0EQ, United Kingdom
             Tel. +44 1277650697, Email: info@ground-control.co.uk
             Internet address: https://www.ground-control.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.6)
             Idverde Limited, 3542918
             Octavia House, Westwood Business Park, Westwood Way, Coventry, CV4 8JP, United Kingdom
             Tel. +44 8009176263, Email: Tenders@idverde.co.uk
             Internet address: https://www.idverde.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.7)
             John O'Conner (Grounds Maintenance) Limited, 02617638
             2 Great North Road, Welwyn, Hertfordshire, AL6 0PL, United Kingdom
             Tel. +44 8081644461, Email: info@johnoconner.co.uk
             Internet address: https://www.johnoconner.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.8)
             Just Ask Estate Services Limited, 05956392
             Unit 4, Wintersells Business Park, Wintersells Road, West Byfleet, KT14 7LF, United Kingdom
             Tel. +44 2037468500, Email: info@justaskservices.co.uk
             Internet address: https://www.justaskservices.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.9)
             Mark Walker (Grounds Maintenance) Limited, 04662267
             5 Swallow End, Welwyn Garden City, Hertfordshire, AL7 1JA, United Kingdom
             Tel. +44 3332205485, Email: office@markwalkergm.co.uk
             Internet address: https://www.markwalkergm.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.10)
             M&Y Maintenance and Construction Limited, 03911918
             The Foundry, 42 Henry Street, Liverpool, L1 5AY, United Kingdom
             Tel. +44 1517033396, Email: M&YEnquiries@my-maintenance.co.uk
             Internet address: https://www.my-maintenance.co.uk
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 85,000,000
         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: Fusion21 Grounds Maintenance Framework

   A contract/lot is awarded: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/06/2022

      V.2.2) Information about tenders
         Number of tenders received: 18
         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: 18

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Peter Crosby Landscapes Limited, 04142590
             Unit 8, Bold Industrial Estate, Lunts Heath Road, Widnes, WA8 5RZ, United Kingdom
             Tel. +44 1514235050, Email: peter@pcrosbylandscapes.co.uk
             Internet address: https://www.crosbylandscapes.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Ramscapes Limited, 05729442
             11 Forest Road, Ollerton, Newark, NG22 9QH, United Kingdom
             Tel. +44 8449171101, Email: service@ramscapes.co.uk
             Internet address: https://www.ramscapes.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.3)
             Tivoli Group Limited, 11120774
             Riverside, Mountbatten Way, Congleton, CW12 1DY, United Kingdom
             Tel. +44 1270845975, Email: enquiries@tivoliservices.com
             Internet address: https://www.tivoliservices.com
             NUTS Code: UK
            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: Not Provided          
         Total value of the contract/lot: 85,000,000
         Currency: GBP

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

   VI.3) Additional information: The permissible users able to access this framework can be clearly identified via the
following link: https://www.fusion21.co.uk/frameworks/frameworks-permissible-users/
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=697203837

   VI.4) Procedures for review

      VI.4.1) Review body
          Royal Courts of Justice
          The Strand, London, WC2A 2LL, United Kingdom

      VI.4.2) Body responsible for mediation procedures
          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
          Cabinet Office
          70 Whitehall, London, SW1A 2AS, United Kingdom

   VI.5) Date of dispatch of this notice: 14/06/2022