Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
The Capital Building, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
Address of the buyer profile: https://www.crowncommercialservice.bravosolution.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
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
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Postal Goods, Services and Solutions
Reference number: RM6017
II.1.2) Main CPV code
64000000
II.1.3) Type of contract
Services
II.1.4) Short description
Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Collaborative agreement for the provision of postal goods and services to be utilised by central government departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations. It is intended that this commercial agreement will be the recommended vehicle for all postal goods and services required by UK public sector bodies, which include central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, health, police, fire and rescue, education, charities and devolved administrations. CCS is partnering with YPO and ESPO to put this agreement in place. The duration of the Framework Agreement is four (4) years with the option to enable customers to let a call-off agreement that may extend beyond the life of the Framework Agreement.
II.1.5) Estimated total value
Value excluding VAT:
4 140 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
CCS will award places on individual lots or a combination of Lots 1, 2, 3, 4, 6, 7, 8, 9, 10.
If bidding for Lot 5 the successful supplier shall provide independent, vendor neutral services to buyers that access this Lot 5. The supplier shall not be permitted to perform any of the services under any other lots of this framework contract, this is to ensure the integrity and independence of the services.
II.2) Description
Lot No: Lot 1
II.2.1) Title
Low to Medium Volume Franking Machines and Associated Consumables
II.2.2) Additional CPV code(s)
30131400
30144100
50000000
50324200
64100000
64110000
64112000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This will be a single supplier lot. The supplier shall provide low to medium volume capacity franking machines (including weighing scales) capable of processing up to 200 items of mail per day. This lot also includes maintenance services, service wrap provisions and consumables pertaining to the operation of the equipment to ensure it is kept in good working order.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: N/A
Price
/ Weighting:
100 %
II.2.6) Estimated value
Value excluding VAT:
400 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
CCS will conduct an eAuction for Lot 1 only. For the avoidance of doubt, only bids that fully meet the requirement for quality and the technical specification will be deemed admissible bids to participate in the eAuction. CCS reserves the right to not perform an eAuction and to revert to a sealed bid price evaluation, where the lowest price will be awarded maximum price score.
Lot No: Lot 2
II.2.1) Title
Franking Machines, Mailroom Equipment and Associated Consumables
II.2.2) Additional CPV code(s)
30123400
30124520
30130000
30131000
30131100
30131200
30131300
30131400
30131500
30131600
30131800
30132000
30132100
30132300
30133000
30133100
30144100
30197310
30216130
38520000
39150000
43411000
48100000
48311000
50000000
50324200
50421200
51611100
64100000
64110000
64112000
72212311
72512000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This will be a multi-supplier lot that shall provide a wide range of requirements for franking machines, mailroom equipment, furniture, accessories, consumables and software, supporting maintenance services and service wraps pertaining to the operation of the equipment and ensuring it is kept in good working order.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
600 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
It is envisaged that a framework contract will be awarded to 10 suppliers for this lot. Maximum number of bids may increase for this lot where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 2 is 10th position.
Lot No: Lot 3
II.2.1) Title
Collection and Delivery of Letters, Large Letters and Parcels
II.2.2) Additional CPV code(s)
60160000
60161000
64100000
64110000
64111000
64112000
64113000
64115000
64121100
64121200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This will be a multi-supplier lot. The supplier shall provide a collection and delivery service for letters, large letters, and parcels which are collected from Buyer Site(s) for onward delivery within the UK including England, Northern Ireland, Scotland and Wales.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
1 400 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
It is envisaged that a framework contract will be awarded to 15 suppliers for this lot.
The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 3 is 15th position.
Lot No: Lot 4
II.2.1) Title
Collection and Delivery of Letters, Large Letters and Parcels to International Destinations
II.2.2) Additional CPV code(s)
60160000
60161000
60411000
60421000
64100000
64110000
64111000
64112000
64113000
64121100
64121200
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This will be a multi-supplier lot. The supplier shall provide collection and delivery service, for letters, large letters and parcels which are collected from buyer site(s) for onward delivery to international destinations.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
40 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.
The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 4 is 10th position.
Lot No: Lot 5
II.2.1) Title
Audits, Efficiency Reviews and Niche Consultancy
II.2.2) Additional CPV code(s)
64110000
72220000
72221000
72228000
72316000
79212000
79212200
79311000
79410000
79418000
79421000
79421100
79900000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This is a multi-supplier lot. The supplier shall provide independent audits, efficiency reviews and niche consultancy services specific to mailroom operations and associated document and data management. Suppliers should be aware that if bidding for Lot 5 and are successful on Lot 5, suppliers will not be allowed to perform any other services on any other lot.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70 %
Price
/ Weighting:
30 %
II.2.6) Estimated value
Value excluding VAT:
20 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.
The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 5 is 10th position.
Lot No: Lot 6
II.2.1) Title
Business Process Outsourcing, Mailroom, Document and Data Managed Service
II.2.2) Additional CPV code(s)
22821000
30131500
30132100
30133000
48000000
48213000
48223000
48310000
48500000
63121100
64000000
64216000
72212223
72212311
72212780
72412000
72512000
75100000
79410000
79421000
79421100
79500000
79570000
79800000
79900000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This is a multi-supplier lot. The supplier shall provide a fully outsourced managed service including on/off-site mailroom management, digital mailroom management and document and data management services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70 %
Price
/ Weighting:
30 %
II.2.6) Estimated value
Value excluding VAT:
600 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.
The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 6 is 10th position.
Lot No: Lot 7
II.2.1) Title
Hybrid Mail, Digital and Transformational Communications
II.2.2) Additional CPV code(s)
22821000
30131000
30133000
30133100
48000000
48100000
48200000
48210000
48211000
48213000
48214000
48219000
48219700
48223000
48310000
48311000
48311100
48313000
48320000
48328000
48329000
48500000
48613000
48780000
48781000
48782000
48920000
60161000
64000000
64100000
64110000
64112000
64122000
64216000
64216120
72212223
72212311
72212780
72412000
72512000
79570000
79571000
79800000
79823000
79824000
79900000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This is a multi-supplier lot. The supplier shall provide Hybrid Mail, Digital and transformational communication service that can be delivered at the buyer premises (on-site) or at the supplier’s premises (off-site) or a blend of both.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
400 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
It is envisaged that a framework contract will be awarded to 20 suppliers for this lot.
The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 7 is 20th position.
Lot No: Lot 8
II.2.1) Title
Inbound Delivery and Services
II.2.2) Additional CPV code(s)
64100000
64110000
64122000
79500000
79900000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The supplier shall provide a cost effective, flexible, high quality and value for money service capable of fulfilling a broad range of buyer requirements for inbound delivery services for mail items, packets and parcels being returned to buyer premises and/or nominated third party premises from the buyer’s end users/customers.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
320 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.
The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 8 is 10th position.
Lot No: Lot 9
II.2.1) Title
Mail Opening and Digital Scanning Services
II.2.2) Additional CPV code(s)
30131500
48100000
48211000
48214000
48219000
48311000
48311100
48313000
48328000
48329000
48613000
48720000
48780000
48781000
48782000
48920000
63121100
64000000
64100000
64110000
64112000
64113000
64122000
64216000
64216120
64216200
72212223
72212780
72312000
72313000
72314000
72317000
72512000
79500000
79571000
79995100
79996000
79996100
79999100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This is a mulit-supplier lot. The supplier shall provide the provision of mail opening and digital scanning services, which can be carried out either at the buyer premises (on-site) or at the supplier’s premises (off-site), or a blend of both.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
300 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.
The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 9 is 10th position.
Lot No: Lot 10
II.2.1) Title
Security Screening Services
II.2.2) Additional CPV code(s)
43411000
60160000
60161000
64100000
64110000
64112000
64113000
64121000
64121100
79571000
79710000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This is a multi-supplier lot. The supplier shall provide security screening services of a variety of inbound mail items; which shall include documents and parcels; and the security screening shall be for a range of hazardous items and materials.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60 %
Price
/ Weighting:
40 %
II.2.6) Estimated value
Value excluding VAT:
60 000 000.00
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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
It is envisaged that a framework contract will be awarded to 10 suppliers for this lot.
The maximum number of bidder for this lot may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award a framework to any bidder whose final score is within 1 % of the last position for Lots 2-10. Last position for Lot 10 is 10th position.
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:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender ("ITT") registering for access.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Information and formalities necessary for evaluating if the requirements are met:
Bidders will be assessed in accordance with the Invitation to Tender (ITT), Crown Commercial Service may take into account the following information:
1) A copy of your audited accounts for the most recent two (2) years;
2) A statement of your turnover, profit and loss account/income statement cash, balance sheet/statement of financial position and statement of cash flow for the most recent year of trading;
3) A statement of your cash flow forecast for the current year and a bank letter outlining the current cash; and
4) Credit position and/or an alternative means of demonstrating financial status.
Minimum level(s) of standards required:
Minimum level(s) of standards possibly required:
Your financial risk will be evaluated. We will use a credit reference agency to get a financial risk score for you and any members of your consortium or any nominated guarantors.
The financial risk score for each lot is:
Lot 1: 40;
Lot 2: 50;
Lot 3: 50;
Lot 4: 50;
Lot 5: 55;
Lot 6: 65;
Lot 7: 60;
Lot 8: 60;
Lot 9: 60;
Lot 10: 65.
Or, there is an equivalent international score, you will receive a pass to Stage 2.
If the score is less than the required minimum standards required:
Or, no financial risk score is available, then we will ask for a copy of audited accounts for the 2 most recent years.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Information and formalities necessary for evaluating if the requirements are met:
Bidders will be assessed in accordance with Section 5 of the Public Contract.
Regulations 2015 implementing the Directive, on the basis of information provided in response to an ITT.
The Authority may take into account the following information:
Lots 1-10, suitable contract examples demonstrating delivery of the mandatory Service requirements for each lot.
The contract examples for Lots 1 to 10 can be from the public or private sector and must describe comparable contract examples where similar requirements to those sought under this procurement have been performed and how its performance.
Demonstrates the technical and professional requirements.
Contract examples must have been performed during the 3 years prior to publication of the OJEU Contract Notice. Customer contacts must be warned they may be contacted by Crown Commercial Service to verify the accuracy of the information
Provided at any time.
Bidders, and all key subcontractors supplying the goods and/or services for Lots 1-10, must have a current and valid ISO 9001 certificate or equivalent certification.
Bidders, and all key subcontractors supplying the goods and/or services for Lots 1-10, must have a current and valid ISO 27001 certificate or equivalent certification.
Minimum level(s) of standards required:
Minimum level(s) of standards possibly required:
Suppliers should note that, in accordance with the UK Government's policies on transparency, CCS intends to publish the Invitation to Tender (ITT) document and the text of any framework contract awarded, subject to possible redaction's at the discretion of the Authority. The terms of the proposed framework contract will also permit public sector Contracting Authorities, awarding a contract under this framework contract, to publish the text of that contract, subject to possible redactions at the discretion of CCS.
Further information on transparency can be found at: https://www.contractsfinder.service.gov.uk/Notice/88a2a170-048e-4f79-8661-222db10c77bf
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 70
IV.1.6) Information about electronic auction
An electronic auction will be used
Additional information about electronic auction:
CCS reserves the right to use an eAuction at the call-off stage.
IV.1.8) Information about 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:
2017/S 234-486125
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/07/2019
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 8 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
05/07/2019
Local time: 15:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The value provided in Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this Framework Agreement.
As part of this Contract Notice the following documents can be accessed at https://www.contractsfinder.service.gov.uk/Notice/88a2a170-048e-4f79-8661-222db10c77bf
1) Contract Notice Transparency Information for the Agreement;
2) Contract Notice Authorised Customer List;
3) Rights Reserved for CCS Framework;
4) Lot structure and number of awards (if applicable).
CCS considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (TUPE) will not apply at framework level. We encourage you to take your own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract and to carry out due diligence accordingly.
Registering for access:
This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
To register, you will need to:
1) Go to the URL: https://crowncommercialservice.bravosolution.co.uk
2) Select the link “I am a new supplier user”;
3) Read and agree to the portal user agreement;
4) Complete the registration form, providing information including:
— the full legal name of your organisation,
— your company registration number,
— your DUNS number — a unique 9-digit number provided to organisations free of charge by Dun&Bradstreet,
— user and contact details.
Once you have registered on the BravoSolution eSourcing tool, you will be able to express your interest in this specific procurement. Your registered user will receive a notification email to alert them once this has been done.
Note: If you require additional users from your organisation to see the Invitation to Tender ITT, do not repeat the above process as this will create a new separate organisation account; instead the registered user can add additional users to the existing supplier organisation account via “User Management” > “Manage Users” > “Users” > “Create”.
Expressing an interest:
To express your interest in this procurement:
1) Login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk
2) On the dashboard select the link ITTs open to all suppliers;
3) On the “ITTs Open to All Suppliers” webpage you will see one or more procurements listed, click on the procurement name you wish to access;
4) Click on express interest at the top of the next screen;
5) You can now access the published documents in the BravoSolution portal.
For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 08000698630.
VI.4) Procedures for review
VI.5) Date of dispatch of this notice
15/05/2019