Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 360313-2015

Display compact view

14/10/2015    S199

Belgium-Brussels: Non-scheduled passenger transport services by air, chartered air-taxi service

2015/S 199-360313

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Commission, Directorate-General for Human Resources and Security, Directorate R 'Shared Resource Services and HR Modernisation', Unit HR.R.3 'Finance and Internal Control'
Postal address: Office SC 11 6/28
Town: Brussels
Postal code: 1049
Country: Belgium
E-mail: hr-contrats-marches@ec.europa.eu

Internet address(es):

General address of the contracting authority: http://ec.europa.eu/dgs/human-resources/index_en.htm

Address of the buyer profile: http://ec.europa.eu/dgs/human-resources/markets_en.htm

Further information can be obtained from:
The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact point(s)

Tenders or requests to participate must be sent to:
The above mentioned contact point(s)

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Official name: European Parliament
Postal address: rue Wiertz 60
Town: Brussels
Postal code: 1047
Country: Belgium

Official name: Council of the European Union
Postal address: rue de la Loi 175
Town: Brussels
Postal code: 1048
Country: Belgium

Official name: European External Action Service (EEAS)
Postal address: rond-point Schuman 9A
Town: Brussels
Postal code: 1000
Country: Belgium

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Non-scheduled passenger transport services by air, chartered air-taxi service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 3: Air transport services of passengers and freight, except transport of mail
Main site or location of works, place of delivery or of performance: the most common departure point is Brussels (Belgium), but also other towns where the European institutions have their headquarters (Luxembourg, Strasbourg) or elsewhere in the world, depending on the contracting authority's requirements.

NUTS code BE BELGIQUE-BELGIË

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in months: 60
Justification for a framework agreement, the duration of which exceeds four years: the 5-year duration corresponds to the current Commission's term of office (2014–2019) and the beginning of the next Commission's term of office (2019–2024). Ideally, the intention is to launch this invitation to tender just after the beginning of the terms of office, as this will give a clearer picture of requirements and enable a service to be set up where continuity will, in principle, be assured throughout the entire term of office. This will also guarantee service continuity after the next Commission's term of office has begun.
II.1.5)Short description of the contract or purchase(s)
Non-scheduled air-taxi transport services for passengers and their luggage. Provision of air-taxi transport services (chartered jet aeroplanes) for use by the President or other members of the European Commission, for the European Parliament Presidency, for the President of the European Council, for the High Representative of the Union for Foreign Affairs and Security Policy, and any accompanying persons, mostly in the European Union. In particular, the service provider shall provide aeroplanes in the following 6 categories:
1. very light jet:
standard flight: 4 passengers, flight without overnight stop Brussels–Strasbourg–Brussels;
2. light jet:
standard flight: 7 passengers, flight with 1 overnight stop Brussels–Strasbourg–Stuttgart/Stuttgart–Liège–Brussels;
3. midsize jet:
standard flight: 9 passengers, flight with 3 overnight stops Brussels–Berlin–Riyadh/Riyadh–Doha/Doha–Abu Dhabi/Abu Dhabi–Brussels;
4. super midsize jet:
standard flight: 13 passengers, flight with 1 overnight stop Brussels–Tokyo/Tokyo–Strasbourg–Brussels;
5. regional jet:
standard flight: 50 passengers, flight without overnight stop Brussels–Riga–Brussels;
6. large jet:
standard flight: 100 passengers, flight with 1 overnight stop Brussels–Antalya/Antalya–Brussels.
II.1.6)Common procurement vocabulary (CPV)

60420000 Non-scheduled air transport services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
For information only, and without this being binding on the contracting authorities, the volume of services for all the contracting authorities concerned over 5 years is estimated at 871 flight hours, divided into:
— 81 hours for aeroplane category 'very light jet',
— 311 hours for aeroplane category 'light jet',
— 310 hours for aeroplane category 'midsize jet',
— 99 hours for aeroplane category 'super midsize jet',
— 60 hours for aeroplane category 'regional jet',
— 10 hours for aeroplane category 'large jet'.
In accordance with Article 134(1)(f) and (3) of Commission Delegated Regulation (EU) No 1268/2012 of 29.10.2012 on the rules of application of Regulation (EU, Euratom) No 966/2012 of the European Parliament and of the Council on the financial rules applicable to the general budget of the Union, the contracting authority may make use of a negotiated procedure to award contracts consisting in the repetition of similar services entrusted to the economic operator awarded the initial contract. This procedure can only be applied during a period of 3 years following conclusion of the initial contract.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payment at 30 days from the date of receipt of invoices by the institution. Details concerning payment terms will be given in the specifications sent to selected candidates.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: A. Participation in the contract procedure:
participation in this contract procedure is open on equal terms to all natural persons and legal entities who fall within the scope of the treaties and to all natural persons and legal entities of non-member countries having entered into a special agreement with the European Union in the public procurement field, under the terms stipulated in said agreement. Where the multilateral WTO Government Procurement Agreement applies, participation in the contract procedure is also open to nationals of states which have ratified this agreement, under the conditions laid down therein.
B. Submission of requests to participate:
requests to participate must be submitted before the date given in point IV.3.4 of this notice, using 1 of the following methods:
— either by post, registered post or courier to the following address: European Commission, Directorate-General for Human Resources and Security, Unit HR.R.3, Office SC-11 06/28, 1049 Brussels, BELGIUM. In this case, proof of the dispatch date will be evidenced by the postmark or the date on the delivery receipt,
— or delivered to the following address: European Commission, Directorate-General for Human Resources and Security, Unit HR.R.3, Office SC-11 6/28, avenue du Bourget 1, 1140 Brussels (Evere), BELGIUM. Proof of delivery of the request to participate will, in this case, be confirmed by a receipt dated and signed by an official from the Central Mail Department who takes delivery of the documents. This department is open 8:00–17:00, Monday to Thursday, and 8:00–16:00 on Fridays. It is closed on Saturdays, Sundays and public holidays of the contracting authority.
The candidate must:
— quote reference 'PMO2/PR/2015/049' on the envelope and in their request to participate,
— enclose the documents and information required in points III.2.1 to III.2.3 of this notice,

— enclose a detailed and duly signed identification form (Annex I to be downloaded from: http://ec.europa.eu/dgs/humanresources/markets_fr.htm) and accompanied by the required documentary evidence. The originals of the documents required in point III must be submitted and numbered.

C. Joint requests to participate and subcontracting:
in order to prove that he has the required capacities specified in points III.2.2 and III.2.3, the candidate may make use of the capacities of other entities, regardless of the legal nature of the links which he has with them.
C.1. Joint requests to participate:
joint requests to participate, e.g. requests submitted by a group of economic operators or consortium (grouping) will be accepted. In addition to candidates, subcontractors may be included in the joint tenders.
In the case of a joint request to participate, all economic operators within a grouping shall be jointly and severally liable vis-à-vis the contracting authority for performance of the contract as a whole. Nonetheless, candidates shall designate a sole point of contact for dealings with the contracting authority. The grouping must nominate a company with a legal personality as leader who will have full authority to commit the grouping and each of its members with regard to this procedure, and be responsible for the administrative management of the contract (invoicing, receipt of payments, etc.) on behalf of all the other entities.
Requests to participate must be submitted by the leader on behalf of the other members who have duly authorised him by means of a proxy.
Requests to participate submitted by a grouping must include:
(a) a document specifying the name of the lead company identified as such and the composition of the grouping. Any change in the composition of the grouping during the invitation to tender procedure may result in the corresponding request to participate being rejected;
(b) a proxy from each member designating the lead company and giving it full authority to commit the former as a member of the grouping with regard to this procedure;
(c) a letter signed by each grouping member, stating that they undertake to make their resources available and to carry out the work, and specifying their role, qualifications and experience;

(d) information required in the identification sheet (Annex I to be downloaded from http://ec.europa.eu/dgs/human-resources/markets_en.htm).

Candidates who fail to provide the aforementioned documents/information may be excluded.
C.2. Subcontracting:
subcontracting is permitted, but the successful tenderer shall remain fully liable vis-à-vis the contracting authority for contract performance.
Any intention to subcontract part of the contract must be clearly stated in the request to participate.
Candidates must provide with their request to participate:
(a) a letter of intent/statement from each subcontractor stating their unequivocal commitment to collaborate with the candidate if awarded the contract, as well as the resources that they will place at his disposal for contract performance;

(b) the names of the subcontractors and the additional information required in the identification sheet for subcontractors (Annex I to be downloaded from http://ec.europa.eu/dgs/human-resources/markets_en.htm).

D. Exclusion criteria:

the candidate shall enclose with his request to participate a duly signed and dated solemn declaration, attesting to the fact that he is not in any of the cases which would exclude him from participating in the contract. This document is available at the following address: http://ec.europa.eu/dgs/human-resources/markets_fr.htm

In the case of a grouping or subcontracting, the aforementioned solemn declaration must be provided separately for each grouping member or subcontractor.
E. Selection criteria:
In the case of a grouping, the grouping as a whole must comply with the selection criteria stated in points III.2.2 and III.2.3. In this case, the documents and information must be provided separately by each grouping member.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: candidates must demonstrate that they have sufficient economic and financial resources to be able to perform the tasks specified in this contract notice. To this end, they must enclose with their request to participate:
(a) a hard copy of balance sheets or extracts from balance sheets and profit and loss accounts for the past 3 financial years for which accounts have been closed, showing the annual pre-tax profit. If, for a valid reason, the candidate is unable to provide them, he must enclose a statement as to annual pre-tax profits for the past 3 financial years. If the balance sheets or the statement show an average loss over the past 3 financial years, the candidate must provide another document as proof of his financial and economic capacity, such as appropriate bank references or proof of professional risk insurance cover;
(b) a signed statement as to overall annual turnover during each of the past 3 financial years (2012, 2013 and 2014);
(c) a signed statement as to specific annual turnover during each of the past 3 financial years (2012, 2013 and 2014) in the field of services to which the contract relates.
If, for some exceptional reason which the contracting authority considers to be justified, the candidate is unable to produce 1 of the aforementioned documents, he may provide evidence of his economic and financial capacity by any other means which the contracting authority deems suitable. In all cases, the contracting authority should at least be made aware, in the request to participate, of the exceptional reason and its justification. The contracting authority reserves the right to request any other document enabling it to verify the candidate's economic and financial capacity.
In the case of a grouping or subcontracting, each grouping member or subcontractor must provide the information required above.
Minimum level(s) of standards possibly required: minimum specific average annual turnover of 7 500 000 EUR in the field covered by the contract, during the past 3 financial years for which accounts have been closed.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
candidates must prove they have sufficient technical capacity to ensure satisfactory contract performance. In order to prove this technical capacity, candidates must provide the documents listed in the points below.
In the case of a grouping or subcontracting, each grouping member or subcontractor must provide the information required below.
In the case of a grouping or subcontracting, a consolidated document summarising the information for the grouping/subcontractors as a whole must be provided. In this context, the technical capacity of all grouping members or subcontractors taken as a whole will be considered.
Candidates must provide:
A. Economic operator:
(a) a copy of a valid air operator's certificate (AOC) issued since at least 1.1.2010, specifying the activities covered by the operating licence. The AOC must comply with the common aviation standards (Regulation (EC) No 1899/2006 of the European Parliament and of the Council of 12.12.2006 amending Regulation (EEC) No 3922/91 of the Council on the harmonisation of technical requirements and administrative procedures in the field of civil aviation). The candidate must also provide the updated operational information concerning the certificate holder, in particular authorisations, aeroplanes, management, staff, limitations, derogations;
(b) a copy of a valid operating licence issued since at least 1.1.2010 in accordance with Regulation (EC) No 1008/2008 of the European Parliament and of the Council of 24.9.2008 on common rules for the operation of air services in the Community (Recast);
(c) a list/statement of the principal services in the field of this invitation to tender carried out during 2012, 2013 and 2014, in particular, the main destinations open from and to the European Union, with details of their values, dates and locations; the list of major services will need to be accompanied by certificates of satisfactory performance, stating whether they were duly completed to a good professional standard;
(d) a statement as to the service provider's average annual manpower for the years 2013, 2014 and 2015, including a description of their staff numbers broken down as follows: managerial staff (including the manager responsible), flight staff (including flight crews), staff assigned to ground operations, staff assigned to maintenance and airworthiness, and staff assigned to training. The staff categories mentioned above must specify the contractual link with the candidate (permanent employment contract, fixed-term employment contract, temporary staff, service providers, etc.);
(e) the current organisation chart of the candidate, in particular of the managerial staff;
(f) a statement to ensure provision of the service in at least the following destinations:
— in the European Union: Aarhus, Amsterdam, Athens, Barcelona, Berlin, Bordeaux, Bratislava, Bremen, Bromma, Bucharest, Budapest, Cannes, Cardiff, Colmar, Cologne, Courtrai, Dresden, Düsseldorf, Enschede, Étain, Frankfurt, Friedrichshafen, Gdansk, Geneva, Granada, Hanover, Helsinki, Heraklion, Kangerlussuaq, Kassel, Klagenfurt, Krakow, Kunovice, Lahr, Lampedusa, Larnaca, Liège, Lisbon, Ljubljana, Lodz, London, Luton, Luxembourg, Maastricht, Madrid, Manchester, Marseille, Metz, Milan, Munich, Munster, Nice, Northolt, Oporto, Oslo, Ostersund, Palma, Paris, Pecs, Prague, Riga, Rome, Rostock, Saarbrücken, Seville, Shannon, Sibiu, Sofia, Stockholm, Stuttgart, Strasbourg, Tallinn, Trieste, Turku, Umea, Valletta, Varna, Verona, Vienna, Vilnius, Warsaw, Zurich,
— outside the European Union: Abu Dhabi, Abuja, Addis Ababa, Almaty, Amman, Ankara, Ashgabat, Asmara, Baku, Bamako, Bangui, Batumi, Beijing, Beirut, Belgrade, Benghazi, Bulawayo, Cairo, Cape Town, Chisinau, Cotonou, Dakar, Dar es Salaam, Dili, Djerba, Djibouti, Doha, Donetsk, Dushanbe, Hanoi, Harare, Istanbul, Jakarta, Johannesburg, Juba, Kaga-Bandoro, Kayseri, Khabarovsk, Khanty, Khartoum, Kiev, Kigali, Kinshasa, Lagos, Livingstone, Lubumbashi, Lusaka, Mansiysk, Moscow, Murmansk, New York, Nizhny, Nouakchott, Ohrid, Ouagadougou, Pittsburgh, Podgorica, Port Moresby, Pristina, Rabat, Riyadh, Rostov, Samara, Sarajevo, Sharm el-Sheikh, Singapore, Sirte, Skopje, Tbilisi, Tel Aviv, Tirana, Tivat, Tokyo, Tripoli, Tunis, Yerevan, Zagreb.
B. Fleet of aeroplanes:
by the deadline indicated in point IV.3.4, the candidate must himself operate (ownership or dry lease) at least 3 jet aeroplanes (turbojets) in each of the categories very light jet, light jet, midsize jet and super midsize jet, referring to the list of categories defined below:
1. very light jet:
cruising range: at least 2 000 km;
minimum capacity (excluding crew): 5 passengers;
cabin configuration: business jet;
2. light jet:
cruising range: at least 3 000 km;
minimum capacity (excluding crew): 8 passengers;
cabin configuration: business jet;
3. midsize jet:
cruising range: at least 6 500 km;
minimum capacity (excluding crew): 10 passengers;
cabin configuration: business jet;
4. super midsize jet:
cruising range: at least 10 000 km;
minimum capacity (excluding crew): 13 passengers;
cabin configuration: business jet.
The candidate must provide:
— the list of aeroplanes he himself operates (ownership or dry lease) proposed in each of the categories listed above. This list will include, for each aeroplane, the make, model, year of construction, number of flight hours, country of registration, registration number and copy of the certificate of registration in the national register, and serial number,
— a copy of the certificates of ownership of the aeroplanes proposed in each of the above categories or documents attesting to their hire. For aeroplanes which the candidate does not fully own, a document attesting to the nature of the contract (hire with or without crew or other type of hire) is required,
— a description of the technical equipment and the measures employed to ensure quality of services, in particular for flights departing from Brussels.
C. Security and safety:
the candidate must provide:
1.
— a copy of part A 'General provisions' of the company's operating manual or an equivalent document,
— a description of the company's emergency response plan (ERP), aviation safety programme and security programme or an equivalent document,
— full particulars of the body or bodies responsible for airworthiness and aeroplane maintenance.
2. For the period from 1.1.2010 up to the final date given in point IV.3.4:
(a) for all aeroplanes operated by the candidate himself, an exhaustive list of severe accidents and incidents which occurred, the corresponding reports from the competent authorities and the conclusions available regarding their likely cause, or other equivalent documents;
(b) all general or specific annual audit reports covering issues of security and/or safety from the competent authorities, and a summary of findings and action taken on them, or other equivalent documents. The candidate may be required to provide other audit reports covering issues of security and/or safety;
(c) a mention of all inspections carried out under Commission Regulation (EU) No 965/2012, Subpart RAMP.
D. Crew:
1. For each type of aeroplane proposed in section B above (fleet of aeroplanes), the crew must include the following people, as a minimum:
(a) a captain (pilot), with proven experience of at least 4 000 flight hours, including at least 2 000 hours as a pilot and at least 1 000 hours on multi-engine aeroplanes;
(b) a co-pilot with proven experience of at least 2 000 flight hours, including at least 500 hours as a pilot on multi-engine aeroplanes.
2. For each model of aeroplane proposed, the captain must have completed at least 250 flight hours, the co-pilot at least 100 flight hours, and the sum of the pilot's and co-pilot's hours of experience on this model of aeroplane must be greater than 1 000 flight hours.
3. The candidate must provide:
(a) the list of crew members who will be asked to perform flights, stating for each: their functions, qualifications, total number of flight hours (multi-engine aeroplanes and/or others);
(b) for each crew member, a copy of the qualifications or licences required by the texts of the relevant national, EU and international legislation and regulations on air navigation;
(c) for each crew member, a certificate of good conduct and/or a clean extract from the judicial record no more than 1 year old.
Minimum level(s) of standards possibly required:
see points above.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: contract reserved for air transport companies.
Such companies must have a valid operating licence granted by any competent authority in the country in which they have their main establishment and, if applicable, their headquarters. Any air transport company established in a European Union Member State must have a valid operating licence which was granted by a Member State in accordance with the EU regulations in force concerning the licences of air carriers, and any air transport company established outside the European Union must have a valid operating licence which was granted in accordance with the rules defined by the ICAO. The candidate shall provide this document in his request to participate.
The candidate must meet all national, EU and international legislative and regulatory requirements allowing him to provide the services in this contract notice. If there is any inconsistency between the different regulations, agreements and protocols, standards and practices recommended, the most stringent rule will be applicable.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
PMO2/PR/2015/049.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
9.11.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
(a) Interested economic operators or consortia of economic operators are invited to submit their applications in accordance with the rules laid down in this notice. The attention of interested parties is drawn to the aim of this notice, i.e. to select candidates. Only those candidates selected on the basis of the conditions stated in this contract notice will receive the specifications and be able to submit a tender.
(b) Interested parties should refrain from requesting further information at this stage of the procedure.

(c) If the monitoring of your response to the contract notice involves the registration and processing of personal data (e.g. name, address, CV), this data will be processed in accordance with Regulation (EC) No 45/2001 of the European Parliament and of the Council of 18.12.2000 on the protection of individuals with regard to the processing of personal data by the Community institutions and bodies and on the free movement of such data. Unless otherwise indicated, responses to questions and personal data are necessary for the evaluation of requests to participate. They will be processed for this purpose only by DG Human Resources and Security (DG.HR.R.3). Detailed information concerning the processing of personal data is available in the privacy policy statement at the following address: http://ec.europa.eu/dataprotectionofficer/privacystatement_publicprocurement_en.pdf

(d) Personal data may be registered by the Commission's accounts officer either in the Early Warning System (EWS) only, or in both the EWS and the central exclusion database, if the candidate is in any of the situations referred to in:

— Commission Decision 2014/792/EU of 13.11.2014 on the Early Warning System to be used by authorising officers of the Commission and by the executive agencies (for more information, consult the privacy policy statement at: http://ec.europa.eu/budget/contracts_grants/info_contracts/legal_entities/legal_entities_fr.cfm), or

— Commission Regulation (EC, Euratom) No 1302/2008 of 17.12.2008 on the central exclusion database (for further information, consult the privacy policy statement at: http://ec.europa.eu/budget/explained/management/protecting/protect_fr.cfm#BDCE).

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: cfi.registry@curia.europa.eu
Internet address: http://curia.europa.eu

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: within 2 months of the plaintiff being notified or, failing this, of the date on which it became known to them. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
2.10.2015