By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

YPO - 000569 The Provision of HR Services and Solutions.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Miss Lizzy Grayson
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924831779
E-mail: [email protected]

Internet address(es):

General address of the contracting authority: http://www.ypo.co.uk/

Address of the buyer profile: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm

Electronic access to information: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm

Electronic submission of tenders and requests to participate: https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadForm

Further information can be obtained from: YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Miss Lizzy Grayson
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924831779
E-mail: [email protected]

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Miss Lizzy Grayson
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924831779
E-mail: [email protected]

Tenders or requests to participate must be sent to: YPO
41 Industrial Park
Contact point(s): Contracts Team
For the attention of: Miss Lizzy Grayson
WF2 0XE Wakefield
UNITED KINGDOM
Telephone: +44 1924831779
E-mail: [email protected]

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
General public services
Education
Other: Framework for HR Services and Solutions
I.4)Contract award on behalf of other contracting authorities

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

http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx
http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx
http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx
http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx
UNITED KINGDOM

Cumbria County Council
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
YPO - 000569 The Provision of HR Services and Solutions.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 22: Personnel placement and supply services

NUTS code UK

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 several operators
Number of participants to the framework agreement envisaged: 6

Duration of the framework agreement

Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
The aim of the framework is to provide a one-stop shop to the public sector which allows them to procure flexibly and to achieve the outcomes they require. The framework will provide the below lots:
Lot 1 - Managed services for Contingent Labour
Lot 2 - Managed services for Professional Services and Consultancy
Lot 3 - HR Services and Support Solutions
Lot 4 - Manages Services for Executive/Interim Recruitment and Permanent Recruitment.
Lot 5 - Flexible HR Solutions.
Lot 6 - The provision of Temporary Agency Workers at Cumbria County Council.
The lots on this framework are for managed services and tenderers need to ensure they are capable of providing all/majority of services within each lot. In respect to lot 1, tenderers must be able to provide all services in one of the sub-lots.
There may be occasions where customer will procure the use of just one service through the framework instead of using the Managed Service route to market; this is due to the specialist nature of some requirements.
Lot 1 - Managed Services for Contingent Labour
This service will provide contingent labour to the public sector via a neutral vendor, Master Vendor or Hybrid Model approach. The aim is to appoint 4-6 suppliers onto the framework that will then allow Customers to procure via further Competition or direct award. The requirements for this service will be across a wide range of public sector services, Managed Service Providers must be able to work with different supply chains such Admin and Clerical, Blue Light Services, Catering and hospitality, Children's Services, Education (qualified and non-qualified), Facilities and Environmental Services, Financial, Housing and Planning, HR, IT, Legal, Procurement, Revenue and Benefits and Social Care and Health.
Lot 2 - Managed Services for professional Services and Consultancy
The aim of this lot is to appoint between 1-3 suppliers to provide a managed service for professional services and consultancy. There is no particular model that must be used to provide this service the key is that the customer has one point of contact that will manage and support all requirements for Professional Services and Consultancy.
The framework will:
- provide specialist skills,
- give guidance on industry and sector knowledge,
- provide extra resources and capabilities,
- give an unbiased opinion on situations.
The customer will appoint a single provider through further competition or direct award; this provider must source all of the customers' requirements within this lot.
Lot 3 - HR Services and Support Solutions
The aim of this lot is to appoint 3-4 providers to deliver all HR Services and Support Solutions to the public sector via a compliant route to market. HR service's incorporates any activity that a HR team would carry out; this lot will allow customers to procure just one service from the framework or all service's listed under the framework using a Managed Service Provider. It will be a flexible model due to the nature of this market; it is unlikely that all providers can provide every area of work.
Lot 4 - Managed Services for Executive/Interim Recruitment and Permanent Recruitment
The aim of Lot 4 is to appoint 1-3 providers to deliver customers with a managed service for Executive and Interim recruitment and a Managed Service for Permanent Recruitment.
The requirements for these lots will be across a wide range of public sector service, the managed service providers will have to work with supply chains and other market specialists to ensure the outcome for the customer is achieved.
Lot 5 - Flexible HR Solutions
This lot is to provide a flexible solution for customers in relation to HR Services and Solutions; the aim is to be outcome driven that may incorporate any service detail in the specification on Lot 1, 2, 3 and 4.
Each customer will carry out a further competition and will provide a detailed specification of their requirements built on top of the specification for each lot within this framework. The customers will have different requirements and the aim of this lot is to ensure all these requirements can be met by providers in a flexible way.
YPO have established Call-off Terms and Conditions, Contracting Authorities can use their own terms and conditions or YPO terms and conditions at call-off stage.
Lot 6 - The provision of Temporary Agency Workers at Cumbria County Council.
Cumbria County Council is looking for a managed service provider to deliver a fully managed service for our temporary and non-permanent workers throughout our Cumbrian offices. This will include managing a supply chain including local suppliers to successfully provide workers in accordance with the current and changing needs of the Council. It will be imperative that the provider establishes excellent working relationships throughout the supply chain and works in partnership with the council to achieve the most economical service. The areas currently included, but are not inclusive to, are Administration and Clerical, operational, Social Care and Professional roles.
The Spend for Cumbria County Council is approximately GBP 4,5 m for Temporary Agency Workers. This spend is an estimate and there is no guaranteed value.
Social Care - Due to the current situation in the Council, we currently require a high number of agency social worker type roles. These are highly qualified and experienced roles and are often required at short notice and need to have all the necessary security clearance. It is essential that a managed service provider will be able to deliver these types of roles in line with our requirements.
Cumbria County Council will appoint 1 managed service provider to deliver the service.
The framework will start on the 17.11.2015 and will be in place for 3 years with an option for a one year extension at YPO's discretion.
The specification for this service will be based on the overall specification provided by YPO for Lot 1, an additional specification will then be provided giving specific details.
II.1.6)Common procurement vocabulary (CPV)

79000000, 79600000, 79410000, 79620000, 79411000, 79341000

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: yes
Tenders may be submitted for one or more lots
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:
The lot structure is as follows:
Lot 1 - Managed services for Contingent Labour
Lot 2 - Managed services for Professional Services and Consultancy
Lot 3 - HR Services and Support Solutions
Lot 4 - Manages Services for Executive/Interim Recruitment and Permanent Recruitment.
Lot 5 - Flexible HR Solutions
Lot 6 - The provision of Temporary Agency Workers at Cumbria County Council.
Duration in Months: 36 months (from the award of the contract) with an option to extend for a further period of 12 months.
The value of the participation by the wider public sector cannot be calculated accurately or guaranteed, the range of GBP has been set between 2 000 000 000 and 6 000 000 000 for the duration of the framework.
Whilst initially for use by local authorities and educational establishments served by YPO as a Central Purchasing Body and defined in Section 2 of the Public Contracts Regulations 2015 the Framework Agreement will be open to the entire public sector, other contracting authorities, such as the Police, Fire and Rescue Service, NHS Bodies and registered charities within the UK and to those central government departments and their agencies that wish to use it. Any Contracting Authority described below may utilise the resulting Framework Agreement from the commencement date.
See the following link for more details;

http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx -

This framework agreement / contract will be open for use by Cheshire East Borough Council and all Cheshire East Borough Council subsidiary and associated companies, including, but not limited to: Tatton Park Enterprises Ltd; East Cheshire Engine of the North; Ansa Environmental Services Ltd; Orbitas, Bereavement Services Ltd; Civicance Ltd, Co-Socious Ltd and Everybody Sports   Recreational Trust Ltd (Trading as Everybody Ltd), Transport Service Solutions Ltd, and any other wholly or partly owned companies created by Cheshire East Borough Council.
The tender also includes Lot 6, one clients specific requirements to establish separate contracts for services for Cumbria County Council. These requirements are specific to the authority area.
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: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Managed Services for Contingent Labour
1)Short description
Lot 1 - Managed Services for Contingent LabourThis service will provide contingent labour to the public sector via a neutral vendor, Master Vendor or Hybrid Model approach. The aim is to appoint 4-6 suppliers onto the framework that will then allow Customers to procure via further Competition or direct award. The requirements for this service will be across a wide range of public sector services, Managed Service Providers must be able to work with different supply chains such Admin and Clerical, Blue Light Services, Catering and hospitality, Children's Services, Education (qualified and non-qualified), Facilities and Environmental Services, Financial, Housing and Planning, HR, IT, Legal, Procurement, Revenue and Benefits and Social Care and Health.
2)Common procurement vocabulary (CPV)

79620000

3)Quantity or scope
The values for this framework may vary as it is a new solution to the market. It is envisaged that the spend for the overall framework is between 2 000 000 000 and 6 000 000 000. The figures are estimates only and the split of spend between lots may vary, this is due to the flexible nature of the framework.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 2 Lot title: Managed Services for Professional Services/Consultancy
1)Short description
Lot 2 - Managed Services for Professional Services and Consultancy
The aim of this lot is to appoint between 1-3 suppliers to provide a managed service for professional services and consultancy. There is no particular model that must be used to provide this service the key is that the customer has one point of contact that will manage and support all requirements for Professional Services and Consultancy.
The framework will:
- provide specialist skills,
- give guidance on industry and sector knowledge,
- provide extra resources and capabilities,
- give an unbiased opinion on situations.
The customer will appoint a single provider through further competition or direct award; this provider must source all of the customers' requirements within this lot.
2)Common procurement vocabulary (CPV)

79000000, 79410000

3)Quantity or scope
The values for this framework may vary as it is a new solution to the market. It is envisaged that the spend for the overall framework is between 2 000 000 000 and 6 000 000 000. The figures are estimates only and the split of spend between lots may vary, this is due to the flexible nature of the framework.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 3 Lot title: HR Managed People Services
1)Short description
Lot 3 - HR Services and Support SolutionsThe aim of this lot is to appoint 3-4 providers to deliver all HR Services and Support Solutions to the public sector via a compliant route to market. HR service's incorporates any activity that a HR team would carry out; this lot will allow customers to procure just one service from the framework or all service's listed under the framework using a Managed Service Provider. It will be a flexible model due to the nature of this market; it is unlikely that all providers can provide every area of work.
2)Common procurement vocabulary (CPV)

79600000, 79000000

3)Quantity or scope
The values for this framework may vary as it is a new solution to the market. It is envisaged that the spend for the overall framework is between 2 000 000 000 and 6 000 000 000. The figures are estimates only and the split of spend between lots may vary, this is due to the flexible nature of the framework.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 4 Lot title: Managed Services for Executive/Interim and Permanent Recruitment
1)Short description
Lot 4 - Managed Services for Executive/Interim Recruitment and Permanent RecruitmentThe aim of Lot 4 is to appoint 1-3 providers to deliver customers with a managed service for Executive and Interim recruitment and a Managed Service for Permanent Recruitment.
The requirements for these lots will be across a wide range of public sector service, the managed service providers will have to work with supply chains and other market specialists to ensure the outcome for the customer is achieved.
2)Common procurement vocabulary (CPV)

79620000, 79600000

3)Quantity or scope
The values for this framework may vary as it is a new solution to the market. It is envisaged that the spend for the overall framework is between 2 000 000 000 and 6 000 000 000. The figures are estimates only and the split of spend between lots may vary, this is due to the flexible nature of the framework.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 5 Lot title: Flexible HR Solutions
1)Short description
Lot 5 - Flexible HR SolutionsThis lot is to provide a flexible solution for customers in relation to HR Services and Solutions; the aim is to be outcome driven that may incorporate any service detail in the specification on Lot 1, 2, 3 and 4.Each customer will carry out a further competition and will provide a detailed specification of their requirements built on top of the specification for each lot within this framework. The customers will have different requirements and the aim of this lot is to ensure all these requirements can be met by providers in a flexible way.
2)Common procurement vocabulary (CPV)

79600000, 79620000

3)Quantity or scope
The values for this framework may vary as it is a new solution to the market. It is envisaged that the spend for the overall framework is between 2 000 000 000 and 6 000 000 000. The figures are estimates only and the split of spend between lots may vary, this is due to the flexible nature of the framework.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
Lot No: 6
1)Short description
Lot 6 - The provision of Temporary Agency Workers at Cumbria County Council.Cumbria County Council is looking for a managed service provider to deliver a fully managed service for our temporary and non-permanent workers throughout our Cumbrian offices. This will include managing a supply chain including local suppliers to successfully provide workers in accordance with the current and changing needs of the Council. It will be imperative that the provider establishes excellent working relationships throughout the supply chain and works in partnership with the council to achieve the most economical service. The areas currently included, but are not inclusive to, are Administration and Clerical, operational, Social Care and Professional roles. The Spend for Cumbria County Council is approximately GBP 4,5 m for Temporary Agency Workers. This spend is an estimate and there is no guaranteed value.
Social Care - Due to the current situation in the Council, we currently require a high number of agency social worker type roles. These are highly qualified and experienced roles and are often required at short notice and need to have all the necessary security clearance. It is essential that a managed service provider will be able to deliver these types of roles in line with our requirements. Cumbria County Council will appoint 1 managed service provider to deliver the service.
The framework will start on the 17.11.2015 and will be in place for 3 years with an option for a one year extension at YPO's discretion. The specification for this service will be based on the overall specification provided by YPO for Lot 1, an additional specification will then be provided giving specific details.
2)Common procurement vocabulary (CPV)

79600000, 79620000

3)Quantity or scope
Cumbria County Council will appoint 1 managed service provider to deliver the service.
The framework will start on the 17.11.2015 and will be in place for 3 years with an option for a one year extension at YPO's discretion.
The Spend for Cumbria County Council is approximately GBP 4,5 m for Temporary Agency Workers. This spend is an estimate and there is no guaranteed value.
YPO will not be responsible or liable in any way whatsoever for the contents or any documentation in relation to Lot 6 - all responsibility and liability in relation to this lot will rest with Cumbria County Council who have provided YPO with their requirements. Any questions in relation to this Lot should be raised directly through the e-tendering system and YPO shall facilitate a response by forwarding the questions to Cumbria County Council and uploading their response to the e-tendering system.
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
This lot is for Cumbria County Council's requirements only.

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Providers to YPO must be in a sound financial position. YPO will carry out financial checks on potential providers as detailed within the Selection Criteria area of the tender. A parent company and/or other guarantees of performance and financial standing may be required if considered appropriate in the form of a guarantee or a performance bond.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All sums due to be in cleared funds by 30 days following the date of invoice.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
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) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations; (b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;(c) has been convicted by a judgment which has the force of res judicator in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate; (e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority; (g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information; (h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA; (i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; (k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Pre-Qualification Questionnaire/Online Tender located on our E-Procurement system. The web address can be found under ‘Electronic access to information’ in this notice.
Minimum level(s) of standards possibly required: Please refer to the Pre-Qualification Questionnaire/Online Tender located on our E-Procurement system. The web address can be found under ‘Electronic access to information’ in this notice.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the Pre-Qualification Questionnaire/Online Tender located on our E-Procurement system. The web address can be found under ‘Electronic access to information’ in this notice.
Minimum level(s) of standards possibly required:
Please refer to the Pre-Qualification Questionnaire/Online Tender located on our E-Procurement system. The web address can be found under ‘Electronic access to information’ in this notice.
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: no
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: no

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
Envisaged minimum number 6: and maximum number 30
Objective criteria for choosing the limited number of candidates: - Lot 1 Managed Services for Contingent Labour
- companies must score above 129 points to be invited to submit a tender.
- Lot 2 Managed Services for Professional Services/Consultancy
- invite between 4-6 companies to submit a tender. Fewer companies will be invited to tender if fewer companies apply to submit a tender for this lot.
- Lot 3 HR Services and Support Solutions
- invite between 6-8 companies to submit a tender. Fewer companies will be invited to tender if fewer companies apply to submit a tender for this lot.
- Lot 4 Managed Services for Executive and Interim Searches and Permanent Recruitment
- invite between 6-8 companies to submit a tender. Fewer companies will be invited to tender if fewer companies apply to submit a tender for this lot.
- Lot 5 Flexible HR Solutions
- invite between 4-6 companies to submit a tender. Fewer companies will be invited to tender if fewer companies apply to submit a tender for this lot.
Lot 6 Provision of Temporary Agency Workers for Cumbria County Council
- companies must score above 129 points to be invited to submit a tender.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
000569
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 25-041752 of 5.2.2015

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
29.7.2015 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
21.8.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

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

Additional Tender document are available at https://tendering.ypo.co.uk/procontract/ypo/supplier.nsf/frm_home?ReadFormAppendix A - Draft Specification Appendix B - Draft Terms and Conditions Suppliers should be aware that at Call-Off stage the model Call-Off terms and conditions may be enhanced or replaced with Option A - Temporary Recruitment Terms and Conditions, Option B Permanent Recruitment Terms and Conditions, Option C Industry acknowledged terms and conditions i.e NEC 3 Professional Services Contract or Option D the Contracting Authorities own Terms and Conditions. Notification will be given at Call-off Stage as to the applicable terms and conditions to be used to allow Suppliers to incorporate the impact of the terms and conditions into their submission. Where contracting authorities appoint by direct award they will need to advise the supplier of which option they wish to use.

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

Professional Services Team
41 Industrial Park
WF2 0XE Wakefield
UNITED KINGDOM
E-mail: [email protected]
Telephone: +44 1924834861
Internet address: www.ypo.co.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: YPO will incorporate a standstill period at the point information on the award of the contract is standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
30.6.2015