Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Construction Framework for Hywel Dda University Health Board and Swansea Bay University Health Board

  • First published: 26 August 2021
  • Last modified: 26 August 2021

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-113359
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
26 August 2021
Deadline date:
27 September 2021
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Swansea Bay University Health Board (“SBUHB”) is acting as the lead organisation in conducting a collaborative procurement exercise under the restricted procedure (as set out in the Public Contracts Regulations 2015 (as amended) (“PCR”) to award three multi-supplier framework agreements (“Construction Frameworks”) for the provision of construction based works/projects for the construction needs of the SBUHB and Hywel Dda University Health Board (“HDUHB”). Lot 1 – Minor Framework Agreement 1 (“FA1”) will cover the provisions of works up to the value of 200k GBP in the Swansea Bay region (“Region A”). Framework Agreement 2 (“FA2”) will cover the provision of works of up to the value of 200k GBP in the Hywel Dda region (Region B). Lot 2 - Intermediate Framework Agreement 3 (“FA3”) will cover the provision of works between 200k GBP – 2m GBP across Region A. Framework Framework 4 (“FA4”) will cover the provision of works between 200k GBP – 2m GBP across Region B. Lot 3 – Major Framework Agreement 5 (“FA5”) will cover the provision of works across both Region A and Region B valued between 2m GBP and 4m GBP. The framework agreements will cover the same range of services but will be established based on the anticipated value of the individual works that made be awarded. Interested organisations may bid for, and may be awarded, Lot 1 - FA1 and/or FA2, Lot 2 -FA3 and/or FA4. However, the Authorities will not accept expressions of interest in relation to Lot 3 – FA5 if the organisation has also bid for Lot and/or Lot2. The works will be required to be delivered in the relevant geographical areas stated for FA 1, 2, 3 and 4. The works under FA5 will be required to be delivered across both the geographical areas of the both Authorities. A Project Bank Account (PBA) will operate in relation to Lot 3 (FA5) where individual call-off contracts have a value of 2m GBP or more. The PBA will adhere to the minimum requirements set out in the Guidelines for deploying Welsh Government PBA policy and Welsh Fair Payment Policy. Payments to suppliers outside the PBA regime must also comply with the Welsh Fair Payment Policy. CPV: 45000000, 45000000, 45100000, 45110000, 45111000, 45111100, 45111200, 45111211, 45111212, 45111213, 45111214, 45200000, 45210000, 45211350, 45215100, 45215120, 45215130, 45215140, 45215141, 45215142, 45215143, 45215144, 45215148, 45261000, 45262690, 45262700, 45262710, 45262800, 45262900, 45300000, 50700000, 71315200, 45000000, 45100000, 45110000, 45111000, 45111100, 45111200, 45111210, 45111211, 45111212, 45111213, 45111214, 45200000, 45211350, 45215100, 45215120, 45215130, 45215140, 45215141, 45215142, 45215143, 45215144, 45215145, 45215146, 45215147, 45215148, 45260000, 45261000, 45262690, 45262710, 45262700, 45300000, 50700000, 71315200, 45000000, 45100000, 45110000, 45111000, 45111100, 45111200, 45111210, 45111211, 45111212, 45111213, 45111214, 45200000, 45210000, 45211350, 45215100, 45215120, 45215130, 45215140, 45215141, 45215142, 45215143, 45215144, 45215145, 45215146, 45215147, 45215148, 45260000, 45261000, 45262690, 45262700, 45262710, 45262800, 45262900, 45300000, 71315200, 45000000, 45100000, 45111000, 45111100, 45111200, 45111210, 45111211, 45111212, 45111213, 45111214, 45200000, 45210000, 45211350, 45215100, 45215120, 45215130, 45215140, 45215141, 45215142, 45215143, 45215144, 45215145, 45215146, 45215147, 45215148, 45262800, 45262900, 50700000, 71315200, 45000000, 45100000, 45111000, 45110000, 45111200, 45111210, 45111211, 45111212, 45111213, 45111214, 45200000, 45210000, 45211350, 45215100, 45215130, 45215140, 45215141, 45215142, 45215143, 45215144, 45215145, 45215147, 45215148, 45260000, 45261000, 45262690, 45262700, 45262710, 45262900, 45300000, 50700000, 71315200.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

4-5 Charnwood Court,, Heol Billingsley, Parc Nantgarw

Cardiff

CF15 7QZ

UK

Telephone: +44 1443848585

E-mail: samantha.pennington@wales.nhs.uk

NUTS: UK

Internet address(es)

Main address: http://nwssp.nhs.wales/ourservices/procurement-services/

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Health

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Construction Framework for Hywel Dda University Health Board and Swansea Bay University Health Board

Reference number: SBU-OJEU-48066-009-SP-21

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Swansea Bay University Health Board (“SBUHB”) is acting as the lead organisation in conducting a collaborative procurement exercise under the restricted procedure (as set out in the Public Contracts Regulations 2015 (as amended) (“PCR”) to award three multi-supplier framework agreements (“Construction Frameworks”) for the provision of construction based works/projects for the construction needs of the SBUHB and Hywel Dda University Health Board (“HDUHB”).

Lot 1 – Minor

Framework Agreement 1 (“FA1”) will cover the provisions of works up to the value of 200k GBP in the Swansea Bay region (“Region A”).

Framework Agreement 2 (“FA2”) will cover the provision of works of up to the value of 200k GBP in the Hywel Dda region (Region B).

Lot 2 - Intermediate

Framework Agreement 3 (“FA3”) will cover the provision of works between 200k GBP – 2m GBP across Region A. Framework Framework 4 (“FA4”) will cover the provision of works between 200k GBP – 2m GBP across Region B.

Lot 3 – Major

Framework Agreement 5 (“FA5”) will cover the provision of works across both Region A and Region B valued between 2m GBP and 4m GBP.

The framework agreements will cover the same range of services but will be established based on the anticipated value of the individual works that made be awarded.

Interested organisations may bid for, and may be awarded, Lot 1 - FA1 and/or FA2, Lot 2 -FA3 and/or FA4. However, the Authorities will not accept expressions of interest in relation to Lot 3 – FA5 if the organisation has also bid for Lot and/or Lot2.

The works will be required to be delivered in the relevant geographical areas stated for FA 1, 2, 3 and 4. The works under FA5 will be required to be delivered across both the geographical areas of the both Authorities.

A Project Bank Account (PBA) will operate in relation to Lot 3 (FA5) where individual call-off contracts have a value of 2m GBP or more. The PBA will adhere to the minimum requirements set out in the Guidelines for deploying Welsh Government PBA policy and Welsh Fair Payment Policy. Payments to suppliers outside the PBA regime must also comply with the Welsh Fair Payment Policy.

II.1.5) Estimated total value

Value excluding VAT: 84 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

see VI.3) and procurement documents for further information

II.2) Description

Lot No: 1

II.2.1) Title

Construction Framework- Minor Works(FA-1)

II.2.2) Additional CPV code(s)

45000000

45100000

45110000

45111000

45111100

45111200

45111211

45111212

45111213

45111214

45200000

45210000

45211350

45215100

45215120

45215130

45215140

45215141

45215142

45215143

45215144

45215148

45261000

45262690

45262700

45262710

45262800

45262900

45300000

50700000

71315200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UKL17 – Bridgend and Neath Port Talbot

UKL18 – Swansea

II.2.4) Description of the procurement

This is a multi-supplier framework agreement between the SBUHB and 3 framework suppliers for the provision of works valued up to 200k GBP in the Swansea Bay region (“Region A”).

The range of services envisaged being required under Framework Agreement 1 (“FA1”) may include (but is not limited to) ward refurbishment, small building and facility construction, extensions to existing buildings and emergency repair works.

SBUHB may opt to use project bank accounts for individual projects carried out under Lot 1 Further details are included in the Invitation to Tender and contract documents.

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

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: 8 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The appointment will be for an initial period of 36 months. There will be an option for the Authorities to extend the appointment for a further year (maximum duration of 48 months).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authorities reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Lot No: 2

II.2.1) Title

Construction Framework- Minor Works (FA-2)

II.2.2) Additional CPV code(s)

45000000

45100000

45110000

45111000

45111100

45111200

45111210

45111211

45111212

45111213

45111214

45200000

45211350

45215100

45215120

45215130

45215140

45215141

45215142

45215143

45215144

45215145

45215146

45215147

45215148

45260000

45261000

45262690

45262710

45262700

45300000

50700000

71315200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UKL14 – South West Wales

II.2.4) Description of the procurement

This is a multi-supplier framework agreement between HDUHB and the 3 framework suppliers for the provision of works valued at up to 200k GBP in the Hywel Dda region (“Region B”).

The range of services envisaged being required under Construction Framework 2 may include (but is not limited to) ward refurbishment, small building and facility construction, extensions to existing buildings and emergency repair works.

HDUHB may opt to use project bank accounts for individual projects carried out under Lot 2. Further details are included in the Invitation to Tender and contract documents.

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

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: 4 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The appointment will be for an initial period of 36 months. There will be an option for the Authorities to extend the appointment for a further year (maximum duration of 48 months).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authorities reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Lot No: 3

II.2.1) Title

Construction Framework Intermediate Works (FA-3)

II.2.2) Additional CPV code(s)

45000000

45100000

45110000

45111000

45111100

45111200

45111210

45111211

45111212

45111213

45111214

45200000

45210000

45211350

45215100

45215120

45215130

45215140

45215141

45215142

45215143

45215144

45215145

45215146

45215147

45215148

45260000

45261000

45262690

45262700

45262710

45262800

45262900

45300000

71315200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UKL17 – Bridgend and Neath Port Talbot

UKL18 – Swansea

II.2.4) Description of the procurement

This is a multi-supplier framework agreement between SBUHB and the 3 framework suppliers for the provision of works valued at between 200k GBP and 2m GBP in the Swansea Bay region (“Region A”).

The range of services envisaged being required under Framework Agreement 3 (“FA3”) may include (but is not limited to) ward refurbishment, small building and facility construction, extensions to existing buildings and emergency repair works.

SBUHB may opt to use project bank accounts for individual projects carried out under Lot 3. Further details are included in the Invitation to Tender and contract documents.

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

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: 20 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The appointment will be for an initial period of 36 months. There will be an option for the Authorities to extend the appointment for a further year (maximum duration of 48 months).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authorities reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Lot No: 4

II.2.1) Title

Construction Framework Intermediate Works (FA-4)

II.2.2) Additional CPV code(s)

45000000

45100000

45111000

45111100

45111200

45111210

45111211

45111212

45111213

45111214

45200000

45210000

45211350

45215100

45215120

45215130

45215140

45215141

45215142

45215143

45215144

45215145

45215146

45215147

45215148

45262800

45262900

50700000

71315200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UKL14 – South West Wales

II.2.4) Description of the procurement

This is a multi-supplier framework agreement between HDUHB and the 3 framework suppliers for the provision of works valued at between 200k GBP and 2m GBP in the Hywel Dda region (“Region B”).

The range of services envisaged being required under Framework Agreement 4 (“FA4”) may include (but is not limited to) ward refurbishment, small building and facility construction, extensions to existing buildings and emergency repair works.

HDUHB may opt to use project bank accounts for individual projects carried out under Lot 4. Further details are included in the Invitation to Tender and contract documents.

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

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: 12 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The appointment will be for an initial period of 36 months. There will be an option for the Authorities to extend the appointment for a further year (maximum duration of 48 months).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authorities reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Lot No: 5

II.2.1) Title

Construction Framework Major Works (FA-5)

II.2.2) Additional CPV code(s)

45000000

45100000

45111000

45110000

45111200

45111210

45111211

45111212

45111213

45111214

45200000

45210000

45211350

45215100

45215130

45215140

45215141

45215142

45215143

45215144

45215145

45215147

45215148

45260000

45261000

45262690

45262700

45262710

45262900

45300000

50700000

71315200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

UKL14 – South West Wales

UKL17 – Bridgend and Neath Port Talbot

UK18 – Swansea

II.2.4) Description of the procurement

This is a multi-supplier framework agreement between SBUHB and HDUHB and the 3 framework suppliers for the provision of works valued at between 2m GBP and 4m GBP in the Swansea Bay region (“Region A”) and Hywel Dda region (“Region B”).

The range of services envisaged being required under Framework Agreement 5 (“FA5”) may include (but is not limited to) ward refurbishment, small building and facility construction, extensions to existing buildings and emergency repair works.

SBUHB and DHUHB may opt to use project bank accounts for individual projects carried out under Lot 5. Further details are included in the Invitation to Tender and contract documents.

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

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: 40 000 000.00  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

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

The appointment will be for an initial period of 36 months. There will be an option for the Authorities to extend the appointment for a further year (maximum duration of 48 months).

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Authorities reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in this contract notice.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Framework and underlying call-off contracts will contain provisions that relate in particular to social and environmental matters.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 27/09/2021

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 27/09/2021

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Interested organisations may bid for, and be awarded both Lot 1 - FA1 and/or FA2 and/or Lot 2 - FA3 and/or FA4. However, organisations that bid for Lot 3 - FA5, may not bid for Lot 1 and/or Lot 2.

For the avoidance of doubt, organisations that bid for Lot 3 will not be permitted to bid for any other lots.

The Frameworks are available for use by SBUHB and HDUHB only

Candidates should note that the Authorities give no warranty or guarantee of any value or number of call-off contracts awarded under the 5 Construction Frameworks (Lots 1 – 3).

Candidates should note that the procurement documents (including the Invitation to Tender) are draft documents at this stage, providing indicative information of the Authorities’ intended approach in the procurement process and are for general information only. The Authorities reserve the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.

Requests to participate must be by way of completion and return of the SQ document (in accordance with the requirements set out in the SQ document) by the date and time specified in Section IV.2.2. The Authorities reserve the right not to accept requests to participate that are received after the deadline. Candidates are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.

Candidates are responsible for their own costs in relation to this procurement process. The Authorities reserve the right to cancel the procurement procedure at any point and shall have no liability to candidates whatsoever in respect of any costs incurred by candidates in participating in the tender process.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=113359

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits will be available within the ITT documentation.

(WA Ref:113359)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87 (Standstill Period) and Regulations 91 (Enforcement of duties through the Court) of the Public Contracts Regulations 2015 (as amended).

VI.5) Date of dispatch of this notice

26/08/2021

Coding

Commodity categories

ID Title Parent category
45262900 Balcony work Special trade construction works other than roof works
45111214 Blast-clearing work Demolition, site preparation and clearance work
45111210 Blasting and associated rock-removal work Demolition, site preparation and clearance work
45111211 Blasting work Demolition, site preparation and clearance work
45262700 Building alteration work Special trade construction works other than roof works
45210000 Building construction work Works for complete or part construction and civil engineering work
71315200 Building consultancy services Building services
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
45262800 Building extension work Special trade construction works other than roof works
45300000 Building installation work Construction work
45215148 Catheter room construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215130 Clinic construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45000000 Construction work Construction and Real Estate
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45111100 Demolition work Demolition, site preparation and clearance work
45111000 Demolition, site preparation and clearance work Building demolition and wrecking work and earthmoving work
45215143 Diagnostic screening room construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45261000 Erection and related works of roof frames and coverings Roof works and other special trade construction works
45215145 Fluoroscopy room construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215147 Forensic room construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45262710 Fresco maintenance work Special trade construction works other than roof works
45215140 Hospital facilities construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215142 Intensive-care unit construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45211350 Multi-functional buildings construction work Construction work for multi-dwelling buildings and individual houses
45215141 Operating theatre construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215146 Pathology room construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45262690 Refurbishment of run-down buildings Special trade construction works other than roof works
50700000 Repair and maintenance services of building installations Repair and maintenance services
45111212 Rock-removal work Demolition, site preparation and clearance work
45260000 Roof works and other special trade construction works Works for complete or part construction and civil engineering work
45215144 Screening rooms construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45111200 Site preparation and clearance work Demolition, site preparation and clearance work
45100000 Site preparation work Construction work
45111213 Site-clearance work Demolition, site preparation and clearance work
45215120 Special medical building construction work Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
samantha.pennington@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.