An official website of the European Union

461664-2017 - Competition

Notice View

Summary

2017-OJS222-461664-en
I.1.
Name and addresses
Official name: Secretary of State for the Home Department
Postal address: 2 Marsham Street
Town: London
NUTS code: UK United Kingdom
Postal code: SW1P 4DF
Country: United Kingdom
Internet address(es):
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
I.5.
Main activity
Public order and safety
II.1.1.
Title
Asylum Accommodation and Support Services Contract (AASC).
II.1.2.
Main CPV code
98341000 Accommodation services
II.1.3.
Type of contract
Services
II.1.5.
Estimated total value
Value excluding VAT: 4 000 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: yes
II.2.1.
Title
Midlands and East of England
Lot No: 1
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKF East Midlands (England)
NUTS code: UKG West Midlands (England)
NUTS code: UKH East of England
II.2.6.
Estimated value
Value excluding VAT: 800 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.1.
Title
North East, Yorkshire and the Humber
Lot No: 2
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKC North East (England)
NUTS code: UKE Yorkshire and the Humber
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: 120
This contract is subject to renewal: no
II.2.1.
Title
North West
Lot No: 3
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKD North West (England)
II.2.6.
Estimated value
Value excluding VAT: 900 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.1.
Title
Northern Ireland
Lot No: 4
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services, 79900000 Miscellaneous business and business-related services
II.2.3.
Place of performance
NUTS code: UKN Northern Ireland
II.2.6.
Estimated value
Value excluding VAT: 50 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.1.
Title
Scotland
Lot No: 5
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKM Scotland
II.2.6.
Estimated value
Value excluding VAT: 500 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.1.
Title
South
Lot No: 6
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKI London
NUTS code: UKJ South East (England)
NUTS code: UKK South West (England)
II.2.6.
Estimated value
Value excluding VAT: 800 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
II.2.1.
Title
Wales
Lot No: 7
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKL Wales
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: 120
This contract is subject to renewal: no
IV.2.1.
Previous publication concerning this procedure
Notice number in the OJ S: 2017/S 141-289909
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 17/12/2017 Local time: 13:00
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
VI.5.
Date of dispatch of this notice
16/11/2017

Languages and formats

Official language (Signed PDF)

BG
CS
DA
DE
EL
ES
ENDownload the signed pdf
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

PDF

BGDownload the pdf
CSDownload the pdf
DADownload the pdf
DEDownload the pdf
ELDownload the pdf
ESDownload the pdf
ENDownload the pdf
ETDownload the pdf
FIDownload the pdf
FRDownload the pdf
GADownload the pdf
HRDownload the pdf
HUDownload the pdf
ITDownload the pdf
LTDownload the pdf
LVDownload the pdf
MTDownload the pdf
NLDownload the pdf
PLDownload the pdf
PTDownload the pdf
RODownload the pdf
SKDownload the pdf
SLDownload the pdf
SVDownload the pdf

Machine translation HTML

BG
CS
DA
DE
EL
ES
EN
ET
FI
FR
GA
HR
HU
IT
LT
LV
MT
NL
PL
PT
RO
SK
SL
SV

Notice

Official languageHelp icon
2017-OJS222-461664-en
461664-2017 - CompetitionUnited Kingdom-London: Accommodation services
OJ S 222/2017 18/11/2017
Contract notice
Services
Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1.
Name and addresses
Official name: Secretary of State for the Home Department
Postal address: 2 Marsham Street
Town: London
NUTS code: UK United Kingdom
Postal code: SW1P 4DF
Country: United Kingdom
Internet address(es):
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
I.3.
Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://gpsesourcing.cabinetoffice.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted 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: https://gpsesourcing.cabinetoffice.gov.uk
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
Public order and safety

Section II: Object

II.1.
Scope of the procurement
II.1.1.
Title
Asylum Accommodation and Support Services Contract (AASC).
II.1.2.
Main CPV code
98341000 Accommodation services
II.1.3.
Type of contract
Services
II.1.4.
Short description
This procurement is for the provision of Asylum Accommodation and Support Services for persons claiming asylum, those granted refugee status and others who have failed in their asylum application, who otherwise be destitute. There will be 7 separate lots each with an identical requirement but varying in volumes. Separate contracts will be awarded in each of the named UK Visas and Immigration regions. These services will include the provision of Accommodation, Transport and Service User Support.
Local capacity to support asylum applicants, familiarity with community cohesion and proximity to Local Authorities, and local voluntary and social groups are some of the key considerations.
The Asylum Accommodation and Support Services Contracts are expected to be in place by December 2018 to allow adequate time period for Mobilisation and Transition for full service delivery to commence in September 2019 when the current contracts expire.
II.1.5.
Estimated total value
Value excluding VAT: 4 000 000 000,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 7
II.2.
Description
II.2.1.
Title
Midlands and East of England
Lot No: 1
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKF East Midlands (England)
NUTS code: UKG West Midlands (England)
NUTS code: UKH East of England
Main site or place of performance: Midlands and East of England.
II.2.4.
Description of the procurement
This procurement is for the provision of Asylum Accommodation and Support Services for persons claiming asylum, granted refugee status and others who have failed in their asylum application, who would otherwise be destitute.
The basis of having 7 regions was to create contract regions of sufficient scope and scale to enable consistent and efficient service delivery whilst at the same time reflecting the unique particular characteristics and operating environments of the devolved administrations and regions of England.
II.2.5.
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50 %
Price - Weighting: 50 %
II.2.6.
Estimated value
Value excluding VAT: 800 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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
The Authority is not responsible for any bidding costs incurred by potential suppliers in respect of participating in this procurement. The Authority reserves the right to abandon the competitive process and not award any contract, make any changes it sees as reasonable to the competition, remove and/or amend element(s) from the scope of their requirements and accept or reject any tender.
II.2.
Description
II.2.1.
Title
North East, Yorkshire and the Humber
Lot No: 2
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKC North East (England)
NUTS code: UKE Yorkshire and the Humber
Main site or place of performance: North East, Yorkshire and the Humber.
II.2.4.
Description of the procurement
This procurement is for the provision of Asylum Accommodation and Support Services for persons claiming asylum, granted refugee status and others who have failed in their asylum application, who would otherwise be destitute.
The basis of having 7 regions was to create contract regions of sufficient scope and scale to enable consistent and efficient service delivery whilst at the same time reflecting the unique particular characteristics and operating environments of the devolved administrations and regions of England.
II.2.5.
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50 %
Price - Weighting: 50 %
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: 120
This contract is subject to renewal: no
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
The Authority is not responsible for any bidding costs incurred by potential suppliers in respect of participating in this procurement. The Authority reserves the right to abandon the competitive process and not award any contract, make any changes it sees as reasonable to the competition, remove and/or amend element(s) from the scope of their requirements and accept or reject any tender.
II.2.
Description
II.2.1.
Title
North West
Lot No: 3
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKD North West (England)
Main site or place of performance: North West.
II.2.4.
Description of the procurement
This procurement is for the provision of Asylum Accommodation and Support Services for persons claiming asylum, granted refugee status and others who have failed in their asylum application, who would otherwise be destitute.
The basis of having 7 regions was to create contract regions of sufficient scope and scale to enable consistent and efficient service delivery whilst at the same time reflecting the unique particular characteristics and operating environments of the devolved administrations and regions of England.
II.2.5.
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50 %
Price - Weighting: 50 %
II.2.6.
Estimated value
Value excluding VAT: 900 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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
The Authority is not responsible for any bidding costs incurred by potential suppliers in respect of participating in this procurement. The Authority reserves the right to abandon the competitive process and not award any contract, make any changes it sees as reasonable to the competition, remove and/or amend element(s) from the scope of their requirements and accept or reject any tender.
II.2.
Description
II.2.1.
Title
Northern Ireland
Lot No: 4
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services, 79900000 Miscellaneous business and business-related services
II.2.3.
Place of performance
NUTS code: UKN Northern Ireland
Main site or place of performance: All regions in Northern Ireland.
II.2.4.
Description of the procurement
This procurement is for the provision of Asylum Accommodation and Support Services for persons claiming asylum, granted refugee status and others who have failed in their asylum application, who would otherwise be destitute.
The basis of having 7 regions was to create contract regions of sufficient scope and scale to enable consistent and efficient service delivery whilst at the same time reflecting the unique particular characteristics and operating environments of the devolved administrations and regions of England.
II.2.5.
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50 %
Price - Weighting: 50 %
II.2.6.
Estimated value
Value excluding VAT: 50 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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
The Authority is not responsible for any bidding costs incurred by potential suppliers in respect of participating in this procurement. The Authority reserves the right to abandon the competitive process and not award any contract, make any changes it sees as reasonable to the competition, remove and/or amend element(s) from the scope of their requirements and accept or reject any tender.
II.2.
Description
II.2.1.
Title
Scotland
Lot No: 5
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKM Scotland
Main site or place of performance: All regions in Scotland.
II.2.4.
Description of the procurement
This procurement is for the provision of Asylum Accommodation and Support Services for persons claiming asylum, granted refugee status and others who have failed in their asylum application, who would otherwise be destitute.
The basis of having 7 regions was to create contract regions of sufficient scope and scale to enable consistent and efficient service delivery whilst at the same time reflecting the unique particular characteristics and operating environments of the devolved administrations and regions of England.
II.2.5.
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50 %
Price - Weighting: 50 %
II.2.6.
Estimated value
Value excluding VAT: 500 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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
The Authority is not responsible for any bidding costs incurred by potential suppliers in respect of participating in this procurement. The Authority reserves the right to abandon the competitive process and not award any contract, make any changes it sees as reasonable to the competition, remove and/or amend element(s) from the scope of their requirements and accept or reject any tender.
II.2.
Description
II.2.1.
Title
South
Lot No: 6
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKI London
NUTS code: UKJ South East (England)
NUTS code: UKK South West (England)
Main site or place of performance: South of England.
II.2.4.
Description of the procurement
This procurement is for the provision of Asylum Accommodation and Support Services for persons claiming asylum, granted refugee status and others who have failed in their asylum application, who would otherwise be destitute.
The basis of having 7 regions was to create contract regions of sufficient scope and scale to enable consistent and efficient service delivery whilst at the same time reflecting the unique particular characteristics and operating environments of the devolved administrations and regions of England.
II.2.5.
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50 %
Price - Weighting: 50 %
II.2.6.
Estimated value
Value excluding VAT: 800 000 000,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 120
This contract is subject to renewal: no
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
The Authority is not responsible for any bidding costs incurred by potential suppliers in respect of participating in this procurement. The Authority reserves the right to abandon the competitive process and not award any contract, make any changes it sees as reasonable to the competition, remove and/or amend element(s) from the scope of their requirements and accept or reject any tender.
II.2.
Description
II.2.1.
Title
Wales
Lot No: 7
II.2.2.
Additional CPV code(s)
55250000 Letting services of short-stay furnished accommodation, 60100000 Road transport services, 85000000 Health and social work services, 79900000 Miscellaneous business and business-related services, 70300000 Real estate agency services on a fee or contract basis, 79993000 Building and facilities management services
II.2.3.
Place of performance
NUTS code: UKL Wales
Main site or place of performance: All regions in Wales.
II.2.4.
Description of the procurement
This procurement is for the provision of Asylum Accommodation and Support Services for persons claiming asylum, granted refugee status and others who have failed in their asylum application, who would otherwise be destitute.
The basis of having 7 regions was to create contract regions of sufficient scope and scale to enable consistent and efficient service delivery whilst at the same time reflecting the unique particular characteristics and operating environments of the devolved administrations and regions of England.
II.2.5.
Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 50 %
Price - Weighting: 50 %
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: 120
This contract is subject to renewal: no
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
The Authority is not responsible for any bidding costs incurred by potential suppliers in respect of participating in this procurement. The Authority reserves the right to abandon the competitive process and not award any contract, make any changes it sees as reasonable to the competition, remove and/or amend element(s) from the scope of their requirements and accept or reject any tender.

Section III: Legal, economic, financial and technical information

III.1.
Conditions for participation
III.1.2.
Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3.
Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1.
Description
IV.1.1.
Type of procedure
Competitive procedure with negotiation
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
IV.1.5.
Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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: 2017/S 141-289909
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 17/12/2017 Local time: 13:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English

Section VI: Complementary information

VI.1.
Information about recurrence
This is a recurrent procurement: no
VI.3.
Additional information
Respondents are requested to express interest by 17.12.2017 13:00 GMT. The process for expression of interest and requesting further information is set out below.
For the avoidance of doubt, please note that Respondents are required to express an interest separately for this competition regardless of their involvement in the previous Market Engagement activities for this project. Any such involvement does not constitute an expression of interest for the competition advertised in this notice.
The Home Office uses an eSourcing toolkit to enable its sourcing activities to be conducted over the internet. In order to express an interest process, please follow the steps set out below.
The procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS e-Sourcing’.
Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering and who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers.
Once registered, organisations wishing to participate in the tender must send an email to: aascprocurement@homeoffice.gsi.gov.uk. The email should be entitled ‘AASC — Expression of Interest’ and contain the following details: your organisation's name, your contact name, e-mail address and telephone number. Any expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
The Authority requires Respondents to sign a Non-Disclosure Agreement (NDA) in order to be invited to participate in the competition for this procurement.
On receipt of an email detailed above, the Authority will provide access to the NDA document through the eSourcing portal. The Authority requires Respondents to download and re-attach a signed copy of the NDA to the event. When saving the ‘PDF’ document, please ensure that you include the Respondents organisation's name in the file name.
Once a correctly signed NDA is received by the Authority, Respondents will be invited to the Request for Information (RFI) Event and will be able to access all of the project documentation.
Any clarification requests must be submitted no later than 8.12.2017, 13:00 GMT.
For technical assistance on use of the e-Sourcing Suite contact; Crown Commercial Service Help-desk: freephone: +44 345 410 2222 or email: eenablement@crowncommercial.gov.uk
Please note Northern Ireland is presented to the nearest 50 000 000 GBP as it is the smallest lot. All other values presented to the nearest 100 000 000 GBP. Therefore the total does not equal the sum of the lots due to rounding.
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: High Court
Town: London
Country: United Kingdom
VI.4.2.
Body responsible for mediation procedures
Official name: None
Town: Not Applicable
Country: United Kingdom
VI.5.
Date of dispatch of this notice
16/11/2017