UK-London: Repair and maintenance services.

UK-London: Repair and maintenance services.
Section I: Contracting Authority
I.1) Name and addresses
Hyde Housing Association
30, Park Street, London, SE1 9EQ, United Kingdom
Tel. +44 2032072754, Email: procurementhelpdesk@hyde-housing.co.uk
Contact: Mark Shickell
Main Address: https://hyde.delta-esourcing.com/, Address of the buyer profile: https://www.hyde-housing.co.uk/
NUTS Code: UK
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: Yes.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://hyde.delta-esourcing.com/
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://hyde.delta-esourcing.com/ to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: HPM Multi Trade SME Local Sub Contractor Services Framework
Reference Number: Not provided
II.1.2) Main CPV Code:
50000000 - Repair and maintenance services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: Creation of a localised framework of multi trade / multi skill SME sub contractors to service Hyde's requirements primarily throughout Hampshire and eastwards along the south coast extending in to Surrey, West Sussex and East Sussex. The localised framework will seek to appoint SME sub contractors able to deliver services and undertake minor works throughout the stated geographical areas and in accordance with the scope of requirements and specifications.
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Any combination of lots or all lots

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: UPVC Specialist Contractor - Window & Doors Repairs Contractor
Lot No: One
II.2.2) Additional CPV codes:
44221000 - Windows, doors and related items.

II.2.3) Place of performance:
UKJ28 West Sussex (North East)
UKJ26 East Surrey
UKJ27 West Sussex (South West)
UKJ37 North Hampshire
UKJ4 Kent
UKJ SOUTH EAST (ENGLAND)
UKJ34 Isle of Wight
UKJ21 Brighton and Hove
UKJ35 South Hampshire
UKJ36 Central Hampshire
UKJ2 Surrey, East and West Sussex
UKJ25 West Surrey
UKJ3 Hampshire and Isle of Wight
UKJ31 Portsmouth
UKJ22 East Sussex CC
UKJ32 Southampton

II.2.4) Description of procurement: Glazing / Upvc Repairs – All works to renew single, double glazing to timber, metal, aluminium and Upvc frames. The ease and adjusting or replacement of or renewals of timber, metal, aluminium and Upvc frames. Where new one off Upvc front door and windows are required to be replaced, where authorised by the contract administrator, works are to be carried out in accordance with the Hyde Upvc specification attached
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 2

II.2.1) Title: Groundworks Contractors (including foundations & drainage and trenchless cable and pipe laying in replacement water services & gas supply
Lot No: Two
II.2.2) Additional CPV codes:
45231100 - General construction work for pipelines.

II.2.3) Place of performance:
UKJ28 West Sussex (North East)
UKJ26 East Surrey
UKJ27 West Sussex (South West)
UKJ37 North Hampshire
UKJ4 Kent
UKJ34 Isle of Wight
UKJ21 Brighton and Hove
UKJ35 South Hampshire
UKJ36 Central Hampshire
UKJ2 Surrey, East and West Sussex
UKJ25 West Surrey
UKJ3 Hampshire and Isle of Wight
UKJ31 Portsmouth
UKJ22 East Sussex CC
UKJ32 Southampton

II.2.4) Description of procurement: Groundworks Contractors (including foundations & drainage and trenchless cable and pipe laying in replacement water services & gas supply.
Groundworks – all ground levelling, slabs, concrete paths / ramped areas or tarmac repairs to the exterior of the property or in communal areas. Including any associated edgings and railings.
Brickwork & Masonry – All works to repair, rebuild or replacement of any type of brick structure that forms part of the fabric of the building or the properties boundaries for both houses and out building including garages.

Trenchless cable & Pipe Laying –Replacing or repair of water supply pipes up to 150mm diameter by moling / thrust boring to domestic properties and flat blocks. Replace or repair waste pipes by relining displaced or collapsed waste pipes to domestic properties or flats by inserting liners
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 3

II.2.1) Title: Electrical Works & Services Contractors
Lot No: Three
II.2.2) Additional CPV codes:
45311000 - Electrical wiring and fitting work.

II.2.3) Place of performance:
UKJ28 West Sussex (North East)
UKJ26 East Surrey
UKJ27 West Sussex (South West)
UKJ37 North Hampshire
UKJ4 Kent
UKJ34 Isle of Wight
UKJ21 Brighton and Hove
UKJ35 South Hampshire
UKJ36 Central Hampshire
UKJ2 Surrey, East and West Sussex
UKJ25 West Surrey
UKJ3 Hampshire and Isle of Wight
UKJ31 Portsmouth
UKJ22 East Sussex CC
UKJ32 Southampton

II.2.4) Description of procurement: To arrange and carry out electrical condition reports, electrical repair/ replacement to a communal area or domestic properties belonging to Hyde to ensure properties are safe and compliant to the relevant electrical regulations. This will include but not be limited to the trace and rectifying of electrical faults, repairing or replacing any electrical component in the property. If necessary new circuits, consumer unit upgrades, replacement showers and supplies may be instructed. Works may also include renewable energy installations and electrical heaters repairs / replacements. All contractors to be NICEIC accredited
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 4

II.2.1) Title: Flooring Contractors (Including the Supply & fitting of Vinyl & Carpet Flooring)
Lot No: Four
II.2.2) Additional CPV codes:
39531000 - Carpets.

II.2.3) Place of performance:
UKJ28 West Sussex (North East)
UKJ26 East Surrey
UKJ27 West Sussex (South West)
UKJ37 North Hampshire
UKJ4 Kent
UKJ34 Isle of Wight
UKJ21 Brighton and Hove
UKJ35 South Hampshire
UKJ36 Central Hampshire
UKJ2 Surrey, East and West Sussex
UKJ25 West Surrey
UKJ3 Hampshire and Isle of Wight
UKJ31 Portsmouth
UKJ22 East Sussex CC
UKJ32 Southampton

II.2.4) Description of procurement: All works and any associated works to prepare and repairs subfloor ply, screed or self-levelling compound. Prepare for the repair, patch or renewal of any previously covered floors including ceramic tiled floors and sheet vinyl or vinyl tiled floors to any areas. Lift existing floor covering, supply and fit underlay and carpet (range to be agreed)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 5

II.2.1) Title: Damp Course & Damp Proofing Contractors
Lot No: Five
II.2.2) Additional CPV codes:
45320000 - Insulation work.

II.2.3) Place of performance:
UKJ28 West Sussex (North East)
UKJ26 East Surrey
UKJ27 West Sussex (South West)
UKJ37 North Hampshire
UKJ4 Kent
UKJ34 Isle of Wight
UKJ21 Brighton and Hove
UKJ35 South Hampshire
UKJ36 Central Hampshire
UKJ2 Surrey, East and West Sussex
UKJ25 West Surrey
UKJ3 Hampshire and Isle of Wight
UKJ31 Portsmouth
UKJ22 East Sussex CC
UKJ32 Southampton

II.2.4) Description of procurement: Where requested to provide either a full or partial damp report to identify any building defects that may leads to damp penetrating the fabric of the building. Should a report already be existing you may be requested to price such a report to rectify any building defects identified using approved manufactures materials. On completion of the works a guarantee will be required.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 6

II.2.1) Title: Drains & Drainage Minor Works & Services Contractors
Lot No: Six
II.2.2) Additional CPV codes:
45111240 - Ground-drainage work.

II.2.3) Place of performance:
UKJ28 West Sussex (North East)
UKJ26 East Surrey
UKJ27 West Sussex (South West)
UKJ37 North Hampshire
UKJ4 Kent
UKJ34 Isle of Wight
UKJ21 Brighton and Hove
UKJ35 South Hampshire
UKJ36 Central Hampshire
UKJ2 Surrey, East and West Sussex
UKJ25 West Surrey
UKJ3 Hampshire and Isle of Wight
UKJ31 Portsmouth
UKJ22 East Sussex CC
UKJ32 Southampton

II.2.4) Description of procurement: Where requested to provide either a full or partial CCTV survey report to identify any drainage defects that may lead to blockages or leaks of waste. Should a report already be existing you may be requested to price such a report to rectify any drainage defects identified using approved manufactures materials. On completion of the works a guarantee will be required
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 7

II.2.1) Title: Building and Building Refurbishment Contractor
Lot No: Seven
II.2.2) Additional CPV codes:
45211340 - Multi-dwelling buildings construction work.

II.2.3) Place of performance:
UKJ28 West Sussex (North East)
UKJ26 East Surrey
UKJ27 West Sussex (South West)
UKJ37 North Hampshire
UKJ4 Kent
UKJ34 Isle of Wight
UKJ21 Brighton and Hove
UKJ35 South Hampshire
UKJ36 Central Hampshire
UKJ2 Surrey, East and West Sussex
UKJ25 West Surrey
UKJ3 Hampshire and Isle of Wight
UKJ31 Portsmouth
UKJ22 East Sussex CC
UKJ32 Southampton

II.2.4) Description of procurement: Undertake all aspects of either partial or full refurbishment to the fabric of the building for houses and out buildings, including garages and boundary walls. All related activities in or around the property for both wet and dry trades. Works to include but not be limited to the repair or replacement of door, floors and subfloors, windows, stairs, surrounds, frames and partial elements of bathrooms and kitchens, plastering, decorating
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 8

II.2.1) Title: Working at Height and Roofing Major & Minor Repairs Contractors
Lot No: Eight
II.2.2) Additional CPV codes:
45261900 - Roof repair and maintenance work.

II.2.3) Place of performance:
UKJ28 West Sussex (North East)
UKJ26 East Surrey
UKJ27 West Sussex (South West)
UKJ37 North Hampshire
UKJ4 Kent
UKJ34 Isle of Wight
UKJ21 Brighton and Hove
UKJ35 South Hampshire
UKJ36 Central Hampshire
UKJ2 Surrey, East and West Sussex
UKJ25 West Surrey
UKJ3 Hampshire and Isle of Wight
UKJ31 Portsmouth
UKJ22 East Sussex CC
UKJ32 Southampton

II.2.4) Description of procurement: To undertake Responsive, Minor Works and Planned roofing maintenance services as required. Services will include but not be limited to the undertaking of survey, water ingress prevention, partial and full roof replacement, for traditional and flat roofing. Responsive maintenance works will include but not be limited to repairs associated to built-up felt roofing remedials, slating and tiling replacement, UPVc fascia replacement, gabble end barge boards replacement, guttering fix & replacement and chimney work (including re-building, pointing and renovating)
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 9

II.2.1) Title: Pest Control & Pest Prevention Services Contractor
Lot No: Nine
II.2.2) Additional CPV codes:
90922000 - Pest-control services.

II.2.3) Place of performance:
UKJ28 West Sussex (North East)
UKJ26 East Surrey
UKJ27 West Sussex (South West)
UKJ37 North Hampshire
UKJ4 Kent
UKJ34 Isle of Wight
UKJ21 Brighton and Hove
UKJ35 South Hampshire
UKJ36 Central Hampshire
UKJ2 Surrey, East and West Sussex
UKJ25 West Surrey
UKJ3 Hampshire and Isle of Wight
UKJ31 Portsmouth
UKJ22 East Sussex CC
UKJ32 Southampton

II.2.4) Description of procurement: To undertake all aspects of residential and commercial pest control services relating to detection, prevention and elimination of pest infestation in a range of residential and commercial dwellings. Services will include but not be limited to the detection, prevention and elimination of pest infestation associated to rodent incursion & nesting prevention and insect (larvae and eggs) eradication
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
II.2) Description Lot No. 10

II.2.1) Title: Specialist Waste Removal and Environmental Services Contractor
Lot No: Ten
II.2.2) Additional CPV codes:
90500000 - Refuse and waste related services.

II.2.3) Place of performance:
UKJ28 West Sussex (North East)
UKJ26 East Surrey
UKJ27 West Sussex (South West)
UKJ37 North Hampshire
UKJ4 Kent
UKJ34 Isle of Wight
UKJ21 Brighton and Hove
UKJ35 South Hampshire
UKJ36 Central Hampshire
UKJ2 Surrey, East and West Sussex
UKJ25 West Surrey
UKJ3 Hampshire and Isle of Wight
UKJ31 Portsmouth
UKJ22 East Sussex CC
UKJ32 Southampton

II.2.4) Description of procurement: To undertake specialist environmental cleaning & waste removal solutions within a variety of domestic, commercial dwellings and sheltered schemes, from supported housing to domestic properties. Specialist environmental cleaning to stairwells, corridors, laundry rooms, offices, kitchens and resident communal lounges, To Undertake empty home clearance and cleaning, decontamination cleans, needle sweeps, graffiti removal, the deep cleaning of verminous properties, following trauma or where there may be a bio-hazard. To undertake the collection and disposal of all different types of waste material including metal, cardboard, electrical equipment, food waste, bulky items and recyclables.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 1
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
As stated in the ITT document pack
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 22/03/2021 Time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 6

IV.2.7) Conditions for opening of tenders:
Date: 22/03/2021
Time: 12:01


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://hyde.delta-esourcing.com/tenders/UK-UK-London:-Repair-and-maintenance-services./83BH8A8YEC

To respond to this opportunity, please click here:
https://hyde.delta-esourcing.com/respond/83BH8A8YEC
VI.4) Procedures for review
VI.4.1) Review body:
Royal Courts of Justice
The Strand, London, WC2A 2LL, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 17/02/2021

Annex A