Radio, television, communication, telecommunication and related equipment (№7760567)

28 apr

Number: 7760567

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


28-04-2018

Description


  1. Section I
    1. Name and addresses
      Crescent Purchasing Consortium
      Technology House, Lissadel Street, Salford
      Manchester
      M6 6AP
      United Kingdom
      Telephone: +44 7966040564
      E-mail: [email protected]
    2. Type of the contracting authority:
      Body governed by public law
    3. Main activity:
      Education
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Framework for the Provision of Telecommunications and Associated Services


        Reference number: CPC/DU/TELE/16
      2. Main CPV code:
        32000000, 32500000, 32510000, 32550000, 32300000, 64210000, 64227000, 32580000, 64216000, 50332000, 32500000, 32510000, 32550000, 32300000, 64210000, 64227000, 32580000, 64216000, 50332000, 32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 32430000, 32440000, 50332000, 32500000, 32520000, 32550000, 32510000, 64210000, 32410000, 32420000, 64200000, 64220000, 72710000, 50332000, 32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 64200000, 64220000, 32540000, 32544000, 32545000, 32546000, 32546100, 32541000, 32543000, 50332000, 32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 64200000, 64220000, 32540000, 32544000, 32545000, 32546000, 32546100, 32541000, 32543000, 32250000, 32252100, 32252110, 64212000, 64212700, 50332000, 32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 64200000, 64220000, 32250000, 32252100, 32251100, 64212000, 64212700, 50332000, 64210000, 64200000, 64220000, 50332000, 64210000, 64200000, 64220000, 32500000, 32400000, 32520000, 32510000, 32540000, 32550000, 32580000, 50332000, 64210000, 64200000, 64220000, 32500000, 32400000, 32520000, 32510000, 32540000, 32550000, 32580000, 32410000, 32420000, 32430000, 50332000, 71316000, 64210000, 64200000, 64220000, 32500000, 32400000, 32520000, 32510000, 32550000, 32580000, 32410000, 32420000, 32430000, 71316000
      3. Type of contract:
        Supplies
      4. Short description:

        The Contracting Authority has established a Framework Agreement for the Provision of Telecommunications and Associated Services. The Framework Agreement is established to meet the needs of Crescent Purchasing Consortium Members, http://www.thecpc.ac.uk/members, and is also for use by all other public sector contracting authorities throughout the UK (and any future successors to these organisations). These include (but are not limited to) central government departments and agencies, Non Departmental Public Bodies, NHS bodies, Local Authorities, Police Authorities, Emergency Services, Educational Establishments, Hospices, Registered Charities, National Parks and Registered Social Landlords.

        Full details of the classification of end user establishments and geographical areas is available at http://www.npg-ltd.com/tenders/.

        The framework is awarded across six lots.


      5. Information about lots:
        This contract is divided into lots: yes
      6. Total value of the procurement:
        Value excluding VAT: 240 000 000.00 GBP
    2. Description
      1. Title:

        Integrated and Unified Communications Solutions


      2. Additional CPV code(s):
        32500000, 32510000, 32550000, 32300000, 64210000, 64227000, 32580000, 64216000, 50332000
      3. Place of performance:
        Main site or place of performance:

        This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.


      4. Description of the procurement:

        This Lot is for the provision of Integrated and Unified Communications Solutions. Unified communications intelligently combines voice, video, instant messaging, mobile voice and data, and other multimedia services in a bespoke way depending on the end users’ needs. This Lot covers all encompassing solutions offering for example Desktop Agent/Supervisor, Contact Centre, Video Conferencing, and Email and Text management functionality. Software and hardware offered is expected to include as a minimum the following key deliverables:

        — Servers.

        — Telephony.

        — Unified Messaging.

        — IP Phones and Softphones.

        — Licences.

        — Implementation.

        — Operations Support.


      5. Award criteria:
        Quality criterion - Name: Quality / Weighting: 75
        Price - Weighting: 25
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:

        The Framework commenced on 23.4.2018.


      9. Title:

        IP Telephony, Voice Over IP Services, Call Tariff Packges and Billing as relevant to the SIP Environment


      10. Additional CPV code(s):
        32500000, 32510000, 32550000, 32300000, 64210000, 64227000, 32580000, 64216000, 50332000
      11. Place of performance:
        Main site or place of performance:

        This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.


      12. Description of the procurement:

        This Lot is for the provision of IP Telephony, Voice Over IP Services and Call Tariff Packages. This Lot encompasses the provision and support of IP ‘replacement’ solutions without full integration/ Unified Communications. These may be:

        — Voice over IP (VoIP) gateways for connection of external calls using PABX systems.

        — LAN-based IP telephones.

        — Integrated desktop/ laptop IP telephony applications.

        — Session Initiated Protocol (SIP) based services for voice calls over internet/ intranet/ extranet services.

        — It also incorporates Third Party Billing Analysis and Management etc as relevant to the SIP environment.


      13. Award criteria:
        Quality criterion - Name: Quality / Weighting: 75
        Price - Weighting: 25
      14. Information about options:
        Options: no
      15. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      16. Additional information:

        The Framework commenced on 23rd April 2018.


      17. Title:

        Wide Area Network, Virtual Private Network and Broadband Services


      18. Additional CPV code(s):
        32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 32430000, 32440000, 50332000
      19. Place of performance:
        Main site or place of performance:

        This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.


      20. Description of the procurement:

        This Lot provides access to the full range of Wide Area Network (WAN), Virtual Private Network (VPN) and Broadband Services. This Lot provides access to the full range of WAN and data services. There will be an emphasis on IP converged networks, and the Lot will include complete managed networks (e.g. WANs or VPNs). The Lot will look for Suppliers with experience of working with JISC and their JANET network, but this will not be a mandatory requirement or preclude suitable suppliers who do not have this experience.


      21. Award criteria:
        Quality criterion - Name: Quality / Weighting: 75
        Price - Weighting: 25
      22. Information about options:
        Options: no
      23. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      24. Additional information:

        The Framework commenced on 23.4.2018.


      25. Title:

        Local Area Networks and Associated Services


      26. Additional CPV code(s):
        32500000, 32520000, 32550000, 32510000, 64210000, 32410000, 32420000, 64200000, 64220000, 72710000, 50332000
      27. Place of performance:
        Main site or place of performance:

        This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.


      28. Description of the procurement:

        This Lot encompasses the provision and support of digital connections, network equipment and servers, along with associated support services within premises, and will include Managed LAN services and WiFi where incorporated as part of a Managed LAN environment. For the avoidance of doubt, in the academic and educational sectors, internal LANs within premises can also be extended between premises, where:

        — The connection between premises remains within the curtilage of the institution’s campus and does not traverse a public highway (unless by means of a communication system described below), or.

        — The connection is conveyed between premises owned or occupied by the institution by means of a radio or optical link, or a cable carried within a duct owned by the institution.


      29. Award criteria:
        Quality criterion - Name: Quality / Weighting: 75
        Price - Weighting: 25
      30. Information about options:
        Options: no
      31. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      32. Additional information:

        The Framework commenced on 23.4.2018.


      33. Title:

        PABX Systems, PSTN Lines, Call Tariff Packages and Billing Solutions


      34. Additional CPV code(s):
        32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 64200000, 64220000, 32540000, 32544000, 32545000, 32546000, 32546100, 32541000, 32543000, 50332000
      35. Place of performance:
        Main site or place of performance:

        This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.


      36. Description of the procurement:

        This Lot encompasses the provision and support of switching systems for internal and external telephony, along with associated connections to switched telephony services, such as PABX Systems, PSTN Lines, Call Tariff Packages and Billing Solutions. These may be:

        — Fully integrated PABX or other telephony switching systems.

        — Discrete but networked PABX or other telephony switching systems.

        — Switched telephony (PSTN) lines or their digital equivalents.

        — Dedicated lines, digital or otherwise (e.g. ISDNX) between telephony switching systems.

        — Associated or bundled Call Tariff Packages.

        — Any form of Billing Solutions, including (but not limited to) direct system call logging devices, remote batch or real time call logging and reporting systems, etc.


      37. Award criteria:
        Quality criterion - Name: Quality / Weighting: 75
        Price - Weighting: 25
      38. Information about options:
        Options: no
      39. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      40. Additional information:

        The Framework commenced on 23.4.2018.


      41. Title:

        Mobiles including Devices, Airtime and Services


      42. Additional CPV code(s):
        32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 64200000, 64220000, 32540000, 32544000, 32545000, 32546000, 32546100, 32541000, 32543000, 32250000, 32252100, 32252110, 64212000, 64212700, 50332000
      43. Place of performance:
        Main site or place of performance:

        This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.


      44. Description of the procurement:

        This Lot is for the provision of all aspects of services by Mobile Network Operators (MNOs) and their Resellers - i.e. handsets, other devices, airtime, and value added services. It is anticipated Tenderers may be MNOs and/or their channel partners (e.g. value added sellers, service providers etc).


      45. Award criteria:
        Quality criterion - Name: Quality / Weighting: 75
        Price - Weighting: 25
      46. Information about options:
        Options: no
      47. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      48. Additional information:

        The Framework commenced on 23.4.2018.


      49. Title:

        WIFI and 5G Solutions


      50. Additional CPV code(s):
        32500000, 32520000, 32550000, 32510000, 64210000, 32420000, 64200000, 64220000, 32250000, 32252100, 32251100, 64212000, 64212700, 50332000
      51. Place of performance:
        Main site or place of performance:

        This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.


      52. Description of the procurement:

        This Lot is for the provision of WI-FI and 5G Solutions. This Lot provides access to all external and public Wi-FI and (in the future) 5G implementations. This includes campuses, business park etc deployments. This Lot encompasses all aspects of the service delivery, including but not limited to:

        — The provision and maintenance of base station and transceiver sites and equipment.

        — Connection of all base sites and equipment via transit connections.

        — The provision of all device acquisition, authentication and connection services, whether free or paid.

        — The provision of “pan-site” authentication and registration systems if required, such as “EduRoam” or WiFi4EU.

        — The provision of all necessary IPS and IDS services.

        — Provision of all user and host billing services where appropriate.


      53. Award criteria:
        Quality criterion - Name: Quality / Weighting: 75
        Price - Weighting: 25
      54. Information about options:
        Options: no
      55. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      56. Additional information:

        The Framework commenced on 23rd April 2018.


      57. Title:

        Managed Services


      58. Additional CPV code(s):
        64210000, 64200000, 64220000, 50332000
      59. Place of performance:
        Main site or place of performance:

        This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.


      60. Description of the procurement:

        This Lot is for the provision of Managed Services. This Lot provides access to the provision of any Product or Service offered under Lots 1 to 7 of this Framework, through a Managed Services contract, rather than the provision of a solution comprised of products which is subsequently owned by the participating Public Sector Body and supported under a service agreement by the provider.

        As such, the provider commits to delivering the Business Requirements and Outcomes of the Participating Public Sector Body as described in its Business Requirements Statement and takes responsibility for all aspects of the solution proposed to do so. These aspects include but are not limited to:

        — Solutions Design and Support.

        — Installation and Provisioning Services.

        — Operation and Maintenance Services, including Change Control and Management.

        — Configuration and Estate Management.


      61. Award criteria:
        Quality criterion - Name: Quality / Weighting: 75
        Price - Weighting: 25
      62. Information about options:
        Options: no
      63. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      64. Additional information:

        The Framework commenced on 23rd April 2018.


      65. Title:

        Infrastructure As A Service


      66. Additional CPV code(s):
        64210000, 64200000, 64220000, 32500000, 32400000, 32520000, 32510000, 32540000, 32550000, 32580000, 50332000
      67. Place of performance:
        Main site or place of performance:

        This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.


      68. Description of the procurement:

        This Lot is for the provision of Infrastructure As A Service. This Lot provides access to the provision of any Product or Service offered under Lots 1 to 7 of this Framework, through software solutions provided in ‘the Cloud’, rather than the provision of a solution comprised of products which is subsequently owned by the participating Public Sector Body and supported under a service agreement by the provider.

        As such, the provider commits to delivering the Business Requirements and Outcomes of the Participating Public Sector Body as described in its Business Requirements Statement and takes responsibility for all aspects of the solution proposed to do so. These aspects include but are not limited to:

        — Solutions Design and Support.

        — Installation and Provisioning Services.

        — Operation and Maintenance Services, including Change Control and Management.

        — Configuration and Capacity Management.


      69. Award criteria:
        Quality criterion - Name: Quality / Weighting: 75
        Price - Weighting: 25
      70. Information about options:
        Options: no
      71. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      72. Additional information:

        The Framework commenced on 23.4.2018.


      73. Title:

        Campus and Metropolitan Area Networks and Solutions


      74. Additional CPV code(s):
        64210000, 64200000, 64220000, 32500000, 32400000, 32520000, 32510000, 32540000, 32550000, 32580000, 32410000, 32420000, 32430000, 50332000, 71316000
      75. Place of performance:
        Main site or place of performance:

        This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.


      76. Description of the procurement:

        This Lot is for the provision of Campus and Metropolitan Area Networks and Solutions covering a comprehensive suite of such solutions and services.


      77. Award criteria:
        Quality criterion - Name: Quality / Weighting: 75
        Price - Weighting: 25
      78. Information about options:
        Options: no
      79. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      80. Additional information:

        The Framework commenced on 23.4.2018.


      81. Title:

        Commercial Partnering Opportunities


      82. Additional CPV code(s):
        64210000, 64200000, 64220000, 32500000, 32400000, 32520000, 32510000, 32550000, 32580000, 32410000, 32420000, 32430000, 71316000
      83. Place of performance:
        Main site or place of performance:

        This framework is for the use of the public sector throughout the UK, with the exception of Northern Ireland where the Framework will only be open to organisations within the education sector.


      84. Description of the procurement:

        This Lot is for the provision of Commercial Partnering Opportunities. This Lot relates to the provision of infrastructure, systems or services described in any of Lots 1 to 10 offered by a supplier as a revenue generating opportunity for an end user/ organisation. This may include but is not limited to:

        — Mobile phone provision, support and call tariffs.

        — Broadband and Internet services across any WAN/ LAN or other connection.

        — Public WiF / 5G facilities or services such as Mobile Information Services as described in Lot 6.


      85. Award criteria:
        Quality criterion - Name: Quality / Weighting: 70
        Price - Weighting: 30
      86. Information about options:
        Options: no
      87. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      88. Additional information:

        The Framework commenced on 23.4.2018.


  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
        The procurement involves the establishment of a framework agreement
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2017/S 177-362076
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: 1
      Lot No: 1
      Title:

      Integrated and Unified Communications Solutions


    2. Award of contract
      1. Date of conclusion of the contract: 2018-03-30
      2. Information about tenders:
        Number of tenders received: 6
        Number of tenders received from SMEs: 6
        Number of tenders received by electronic means: 6
        The contract has been awarded to a group of economic operators: yes
      3. Name and address of the contractor:
        4net Technologies Limited
        3 Scholar Green Road, Cobra Court, Stretford
        Manchester
        M32 0TR
        United Kingdom
        E-mail: [email protected]
        The contractor is an SME: yes
      4. Information on value of the contract/lot (excluding VAT):
        Initial estimated total value of the contract/lot: 40 000 000.00 GBP
        Total value of the contract/lot: 40 000 000.00 GBP
      5. Information about subcontracting:

        Contract No: 2
        Lot No: 2
        Title:

        IP Telephony, Voice Over IP Services, Call Tarif Packages and Billing as relevant to the SIP Environment


      6. Award of contract
        1. Date of conclusion of the contract: 2018-03-30
        2. Information about tenders:
          Number of tenders received: 5
          Number of tenders received from SMEs: 5
          Number of tenders received by electronic means: 5
          The contract has been awarded to a group of economic operators: yes
        3. Name and address of the contractor:
          4net Technologies Limited
          3 Scholar Green Road, Cobra Court, Stretford
          Manchester
          M32 0TR
          United Kingdom
          E-mail: [email protected]
          The contractor is an SME: yes
        4. Information on value of the contract/lot (excluding VAT):
          Initial estimated total value of the contract/lot: 40 000 000.00 GBP
          Total value of the contract/lot: 40 000 000.00 GBP
        5. Information about subcontracting:

          Contract No: 3
          Lot No: 3
          Title:

          Wide Area Network, Virtual Private Network and Broadband Services


        6. Award of contract
          1. Date of conclusion of the contract: 2018-03-30
          2. Information about tenders:
            Number of tenders received: 3
            Number of tenders received from SMEs: 3
            Number of tenders received by electronic means: 3
            The contract has been awarded to a group of economic operators: yes
          3. Name and address of the contractor:
            AdEPT Telecom Plc
            One London Wall
            London
            EC2Y 5AB
            United Kingdom
            E-mail: [email protected]
            The contractor is an SME: yes
          4. Information on value of the contract/lot (excluding VAT):
            Initial estimated total value of the contract/lot: 40 000 000.00 GBP
            Total value of the contract/lot: 40 000 000.00 GBP
          5. Information about subcontracting:

            Contract No: 4
            Lot No: 4
            Title:

            Local Area Networks and Associated Services


          6. Award of contract
            1. Date of conclusion of the contract: 2018-03-30
            2. Information about tenders:
              Number of tenders received: 1
              Number of tenders received from SMEs: 1
              Number of tenders received by electronic means: 1
              The contract has been awarded to a group of economic operators: no
            3. Name and address of the contractor:
              AdEPT Telecom Plc
              One London Wall
              London
              EC2Y 5AB
              United Kingdom
              E-mail: [email protected]
              The contractor is an SME: no
            4. Information on value of the contract/lot (excluding VAT):
              Initial estimated total value of the contract/lot: 40 000 000.00 GBP
              Total value of the contract/lot: 40 000 000.00 GBP
            5. Information about subcontracting:

              Contract No: 5
              Lot No: 5
              Title:

              PABX Systems, PSTN Lines, Call Tariff Packages and Billing Solutions


            6. Award of contract
              1. Date of conclusion of the contract: 2018-03-30
              2. Information about tenders:
                Number of tenders received: 4
                Number of tenders received from SMEs: 4
                Number of tenders received by electronic means: 4
                The contract has been awarded to a group of economic operators: yes
              3. Name and address of the contractor:
                AdEPT Telecom Plc
                One London Wall
                London
                EC2Y 5AB
                United Kingdom
                E-mail: [email protected]
                The contractor is an SME: yes
              4. Information on value of the contract/lot (excluding VAT):
                Initial estimated total value of the contract/lot: 40 000 000.00 GBP
                Total value of the contract/lot: 40 000 000.00 GBP
              5. Information about subcontracting:

                Contract No: 6
                Lot No: 6
                Title:

                Mobiles including Devices, Airtime and Servies


              6. Award of contract
                1. Date of conclusion of the contract: 2018-03-30
                2. Information about tenders:
                  Number of tenders received: 2
                  Number of tenders received from SMEs: 2
                  Number of tenders received by electronic means: 2
                  The contract has been awarded to a group of economic operators: yes
                3. Name and address of the contractor:
                  Corporate Mobile Communications Limited
                  Tego House, Chippenham Drive, Kingston
                  Milton Keynes
                  MK10 0AF
                  United Kingdom
                  E-mail: [email protected]
                  The contractor is an SME: yes
                4. Information on value of the contract/lot (excluding VAT):
                  Initial estimated total value of the contract/lot: 40 000 000.00 GBP
                  Total value of the contract/lot: 40 000 000.00 GBP
                5. Information about subcontracting:

                  Contract No: 7
                  Lot No: 7
                  Title:

                  WIFI and 5G Solutions


                  Contract No: 8
                  Lot No: 8
                  Title:

                  Managed Services


                  Contract No: 9
                  Lot No: 9
                  Title:

                  Infrastructure As A Service


                  Contract No: 10
                  Lot No: 10
                  Title:

                  Campus and Metropolitan Area Networks and Solutions


                  Contract No: 11
                  Lot No: 11
                  Title:

                  Commercial Partnering Opportunities


            7. Section VI
              1. Additional information

                The Framework commenced on 23.4.2018.


              2. Procedures for review
                1. Review body
                  Crescent Purchasing Consortium
                  Technology House, Lissadel Street, Salford, Greater Manchester
                  Manchester
                  M66AP
                  United Kingdom
                  Telephone: +44 8000662188
                2. Body responsible for mediation procedures
                  Crescent Purchasing Consortium
                  Technology House. Lissadel Street, Salford, Greater Manchester
                  Manchester
                  M66AP
                  United Kingdom
                  Telephone: +44 8000662188
                3. Service from which information about the review procedure may be obtained

                  Crescent Purchasing Consortium incorporated a minimum 10-day standstill period at the point information on the award of contract was communicated to tenderers. The standstill period expired without receipt of any formalchallenge to the award.

                  Should an appeal regarding the award of the contract be made, the Public Contracts Regulations 2015 provide for the aggrieved parties who have been harmed or who are at risk of harm by the breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any action must be generally brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the Contracting Authority has communicated the award of the contract and a summary of reasons to tenderers,or otherwise within 6 months of the contract being entered into. Where a contract has not be enentered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the Contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above was to allow the parties to apply to the Courts to set aside the award decision before the contract was entered into.


                  Crescent Purchasing Consortium
                  Technology House, Lissadel Street, Salford, Manchestr
                  Salford
                  M66AP
                  United Kingdom
                  Telephone: +44 8000662188
              3. Date of dispatch of this notice
                2018-04-27