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.

20 Modification Notice

April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - Lot 2

  • First published: 27 March 2026
  • Last modified: 27 March 2026
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

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-163504
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
27 March 2026
Deadline date:
-
Notice type:
20 Modification Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

NWSSP Procurement Services, on behalf of the Health Boards in Wales conducted their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. Under the Framework, the annual refreshes allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments. Lot 2 is divided into sub lots as follows; Lot 2a - Insourcing with equipment/infrastructure Lot 2b - Insourcing without equipment and infrastructure The VII.1.4 description section within this notice details the disciplines.This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales. The framework is in year three of its four year primary period. Bidders were assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework; a) Quality - Service Levels, Clinical Performance/Regulatory and Protocols criteria b) Value - ranking by price c) Collaboration and service sustainability - Facilities including geographical location and Resources available including staff, qualifications, critical care facilities, specialised staff / skill mix d) Improving access and reducing health inequalities - PROM completion and outcomes sharing, Protocols in relation to patient access criteria suitable for treatment in the delivery of Services element, available capacity/beds and clinical performance/regulatory criteria relating to delivery of service e) Social Responsibility - Under the terms of this framework, the successful supplier(s) are to ensure this procurement captures the requirements relating to Social Value, bidders will be required to submit responses in relation to the following areas; i) Well-Being of Future Generations Act ii) Foundational Economy iii) Carbon Footprint CPV: 85111100, 85111100.

Full notice text

Modification notice

Modification of a contract/concession during its term

Section I: Contracting entity

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

Contact person: Emma Lane

Telephone: +44 2921501375

E-mail: emma.lane@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

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

April 2026 Refresh of Framework Agreement for Outsourcing / Insourcing - Lot 2

Reference number: PRO-OJEULT-50776

II.1.2) Main CPV code

85111100

 

II.1.3) Type of contract

Services

II.2) Description

Lot No: 2

II.2.1) Title

Insourcing

II.2.2) Additional CPV code(s)

85111100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

NWSSP Procurement Services, on behalf of the Health Boards in Wales conducted their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. Under the Framework, the annual refreshes allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments.

Lot 2 is divided into sub lots as follows;

Lot 2a - Insourcing with equipment/infrastructure

Lot 2b - Insourcing without equipment and infrastructure

The VII.1.4 description section within this notice details the disciplines.This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition.

The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales.

The framework is in year three of its four year primary period.

Bidders were assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework;

a) Quality - Service Levels, Clinical Performance/Regulatory and Protocols criteria

b) Value - ranking by price

c) Collaboration and service sustainability - Facilities including geographical location and Resources available including staff, qualifications, critical care facilities, specialised staff / skill mix

d) Improving access and reducing health inequalities - PROM completion and outcomes sharing, Protocols in relation to patient access criteria suitable for treatment in the delivery of Services element, available capacity/beds and clinical performance/regulatory criteria relating to delivery of service

e) Social Responsibility - Under the terms of this framework, the successful supplier(s) are to ensure this procurement captures the requirements relating to Social Value, bidders will be required to submit responses in relation to the following areas;

i) Well-Being of Future Generations Act

ii) Foundational Economy

iii) Carbon Footprint

II.2.7) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months: 12

II.2.13) Information about European Union funds

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

Section IV: Procedure

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-061532

Section V: Award of contract/concession

Lot No: 2

Contract No: PRO-OJEULT-50776

Title: Insourcing

V.2 Award of contract/concession

V.2.1) Date of conclusion of the contract/concession

06/03/2026

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor/concessionaire

COMPLEO HEALTH LIMITED

2a Beehive Mill, Jersey Street

Manchester

M46JG

UK

NUTS: UKD33

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

MEDICURE PROFESSIONALS LIMITED

Camperdene House, High Street

Chipping Campden

GL556AT

UK

NUTS: UKK13

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

COMPREHENSIVE CARE LTD

Office 3-13 Ivy Business Centre Crown Street, Failsworth

Manchester

M359BG

UK

NUTS: UKD33

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

NATIONAL CLINICAL INSOURCING LIMITED

105-109 Sumatra Road

London

NW61PL

UK

NUTS: UKI

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

RM MEDICS LTD

Suite K, Sandland Court The Pilgrim Centre, Brickhill Drive

Bedford

MK417PZ

UK

NUTS: UKH24

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

4 WAYS HEALTHCARE LIMITED

Nexus House Boundary Way, Hemel Hempstead Industrial Estate

Hemel Hempstead

HP27SJ

UK

NUTS: UKH23

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

CHESHIREMEDICA LTD

Kelsall Surgical Centre, Church Street

Kelsall

CW60QG

UK

NUTS: UKD6

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

HG MIND WORKS LTD

Camperdene House High Street, Chipping Campden

Gloucestershire

GL556AT

UK

NUTS: UKK13

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

IMAGINATAL SERVICES LTD

151 Wick Road

Bristol

BS44HH

UK

NUTS: UKK23

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

JENNIE REEVES RADIOGRAPHERS AGENCY LIMITED

45-51 High Street

Reigate

RH29AE

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

Medicspro Ltd

Copper House , 88 Snakes Lane East

Woodford Green

IG87HX

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

MEDSURG ELECTIVE CARE LIMITED

4 Minster Court, Tuscam Way

Camberley

GU153YY

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

Next Step Nursing

10 Saffron Central Square, Croydon

Surrey

CR02FT

UK

NUTS: UKI

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

OPTEGRA UK LIMITED

7 The Technology Park, Colindeep Lane

London

NW96BX

UK

NUTS: UKI

The contractor/concessionaire is an SME: No

V.2.3) Name and address of the contractor/concessionaire

radiology management solutions

C/O Sedulo, 62-66 Deansgate,

Manchester

M32EN

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

Secure Healthcare limited

Sun Street

Wolverhampton

WV100BF

UK

NUTS: UKG39

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

SET Healthcare Ltd

Unit 67, Ambition Broxbourne Business Centre, 4 Pindar Road

Hoddesdon

EN110FJ

UK

NUTS: UKH23

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

TOMORROW CARDIOVASCULAR LIMITED

C/O Wyatt Morris Golland Ltd Park House, 200 Drake Street

Rochdale

OL161PJ

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

UK VEIN CLINIC LTD

Lower Ground Floor, 150 Harley Street

London

W1G7LQ

UK

NUTS: UKI

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

VALE EYE SURGEONS LIMITED

32 Rhodfa Mes

Bridgend

CF315BF

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

V.2.3) Name and address of the contractor/concessionaire

STAFF HEALTH LTD

Flat 66 Chelsea Vista, Imperial Wharf

London

SW62SD

UK

NUTS: UKI

The contractor/concessionaire is an SME: Yes

V.2.4) Information on value of the contract/lot/concession (excluding VAT)

Total value of the contract/lot: /concession: 200 000 000.00  GBP

Section VI: Complementary information

VI.3) Additional information

This is a Provider Selection Regime Wales (PSR Wales) intention to award notice for the annual refresh under the established framework agreement with competition. The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025.

For the avoidance of doubt, the provisions of the Public Contracts Regulations 2015/Procurement Act 2023 do not apply to this award. The publication of this notice marks the extension of the standstill period at midnight on Thursday 2nd of April 2026. This framework refresh has not yet formally been awarded; this notice serves as an intention to award under the PSR Wales.

This is a non-committal Framework for a total period of four (4) years with an option to extend for up to a further four years. The framework is currently in year three of the four year primary period.

The usage is undefined, and this is applicable across all lots.

The total contract value for the framework is estimated to be GBP200 million.

There were no conflicts of interest within this exercise.

The award decision makers were representatives from Health Boards in Wales which included Service Managers from Cardiff and Vale University Health Board, Head of Commissioning in Planning and Partnerships from Swansea Bay University Health Board and financial accountant from Aneurin Bevan University Health Board.

The successful bidders were selected for award of the contract as they satisfactorily meet the basic selection criteria and the key selection criteria that has been identified as part of this Framework process. The award decision-makers’ reasons for selecting the chosen providers: the basic criteria were implemented as pass/fail, these criteria were;

Financial position – through the provision of acid test ratio scores and D&B reports.

Insurances - demonstration that bidders held or would commit to Employers Liability, Public / Product Liability Insurance, Professional Indemnity Insurance and Medical Malpractice at the expected levels.

Cyber Essentials - provision of certificates or confirmation of working towards with a stated deadline

Technical and professional abilities – Examples of similar services being provided, staffing provision being demonstrated and provision of HIW/CQC certification for specific lots.

The bidders were also measured against the five key criteria with all being assessed by applying a pass/fail metric apart from the Social Responsibility which had a evaluation weighting that would be taken through into any mini competitive tender processes under the framework. The key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework are;

a) Quality - Service Levels, Clinical Performance/Regulatory and Protocols criteria to ensure bidders are at a sufficient safe quality clinical levels.

b) Value - ranking by price according to NHS tariff to allow direct award options

c) Collaboration and service sustainability - Facilities including geographical location and Resources available including staff, qualifications, critical care facilities, specialised staff / skill mix to ensure safe regulatory requirements.

d) Improving access and reducing health inequalities - PROM completion and outcomes sharing, Protocols in relation to patient access criteria suitable for treatment in the delivery of Services element, available capacity/beds and clinical performance/regulatory criteria relating to delivery of service ensuring safe regulatory requirements.

e) Social Responsibility - Under the terms of this framework, the successful supplier(s) are to ensure this procurement captures the requirements relating to Social Value, bidders will be required to submit responses in relation to the following areas;

i) Well-Being of Future Generations Act

ii) Foundational Economy

iii) Carbon Footprint

No bidders were excluded from this Procurement.

(WA Ref:163504)

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.5) Date of dispatch of this notice

27/03/2026

Section VII: Modifications to the contract/concession

VII.1) Description of the procurement after the modifications

VII.1.1) Main CPV code

85111100

 

VII.1.2) Additional CPV code(s)

VII.1.3) Place of performance

NUTS code:

UKL

VII.1.4) Description of the procurement

NWSSP Procurement Services, on behalf of the Health Boards in Wales conducted their annual refresh under the established framework agreement for the provision of Insourcing / Outsourcing Clinical, Surgical and Diagnostics Procedures. Under the Framework, the annual refreshes allow for new entrants and/or current providers to include new sites, disciplines and updated pricing among other amendments.

This lot is for Outsourcing of the following categories;

Breast

Endoscopy (including Cystoscopy)

Neuroscience

Cardiac & Cardiac related Diagnostics

Gastroenterology

Ophthalmology

Cardiology & Cardiology related Diagnostics

General Surgery

Oral Maxillo Facial Surgery

CT Scanning

Gynaecology

Orthopaedic Surgery

Dermatology

MRI Scanning

Pain Management

Ear Nose & Throat (ENT)

Neurology & Neurology related Diagnostics

Non- Obstetric Ultrasound (NOUS)*

Plastic Surgery

Thoracic Ultrasound Diagnostics

Urology

Vascular

This notice is an intention to award notice for the annual refresh under an established framework agreement with a competition.

The awarding of this framework refresh is subject to the Health Services (Provider Selection Regime) (Wales) Regulations 2025. This refresh exercise has not yet formally been awarded and this notice serves as an intention to award under the PSR Wales.

The framework is in year three of its four year primary period with four year extension options available.

Bidders were assessed under the following key criterion as stated in PSR Wales Regulations 2025 and aligned within the Framework;

a) Quality - Service Levels, Clinical Performance/Regulatory and Protocols criteria

b) Value - ranking by price

c) Collaboration and service sustainability - Facilities including geographical location and Resources available including staff, qualifications, critical care facilities, specialised staff / skill mix

d) Improving access and reducing health inequalities - PROM completion and outcomes sharing, Protocols in relation to patient access criteria suitable for treatment in the delivery of Services element, available capacity/beds and clinical performance/regulatory criteria relating to delivery of service

e) Social Responsibility - Under the terms of this framework, the successful supplier(s) are to ensure this procurement captures the requirements relating to Social Value, bidders will be required to submit responses in relation to the following areas;

i) Well-Being of Future Generations Act

ii) Foundational Economy

iii) Carbon Footprint

VII.1.5) Duration of the contract, framework agreement, dynamic purchasing system or concession

Duration in months: 12

VII.1.6) Information on value of the contract/lot/concession (excluding VAT)

Total value of the procurement: 200 000 000.00 GBP

The contract/concession has been awarded to a group of economic operators: Yes

VII.1.7) Name and address of the contractor/concessionaire

COMPLEO HEALTH LIMITED

2a Beehive Mill, Jersey Street

Manchester

M46JG

UK

NUTS: UKD33

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

COMPREHENSIVE CARE LTD

Office 3-13 Ivy Business Centre Crown Street, Failsworth

Manchester

M359BG

UK

NUTS: UKD33

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

MEDICURE PROFESSIONALS LIMITED

Camperdene House, High Street

Chipping Campden

GL556AT

UK

NUTS: UKK13

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

NATIONAL CLINICAL INSOURCING LIMITED

105-109 Sumatra Road

London

NW61PL

UK

NUTS: UKI

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

RM MEDICS LTD

Suite K, Sandland Court The Pilgrim Centre, Brickhill Drive

Bedford

MK417PZ

UK

NUTS: UKH24

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

4 WAYS HEALTHCARE LIMITED

Nexus House Boundary Way, Hemel Hempstead Industrial Estate

Hemel Hempstead

HP27SJ

UK

NUTS: UKH23

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

CHESHIREMEDICA LTD

Kelsall Surgical Centre, Church Street

Kelsall

CW60QG

UK

NUTS: UKD6

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

HG MIND WORKS LTD

Camperdene House High Street, Chipping Campden

Gloucestershire

GL556AT

UK

NUTS: UKK13

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

IMAGINATAL SERVICES LTD

151 Wick Road

Bristol

BS44HH

UK

NUTS: UKK23

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

JENNIE REEVES RADIOGRAPHERS AGENCY LIMITED

45-51 High Street

Reigate

RH29AE

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

Medicspro Ltd

Copper House , 88 Snakes Lane East

Woodford Green

IG87HX

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

MEDSURG ELECTIVE CARE LIMITED

4 Minster Court, Tuscam Way

Camberley

GU153YY

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

Next Step Nursing

10 Saffron Central Square, Croydon

Surrey

CR02FT

UK

NUTS: UKI

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

OPTEGRA UK LIMITED

7 The Technology Park, Colindeep Lane

London

NW96BX

UK

NUTS: UKI

The contractor/concessionaire is an SME: No

VII.1.7) Name and address of the contractor/concessionaire

radiology management solutions

C/O Sedulo, 62-66 Deansgate,

Manchester

M32EN

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

Secure Healthcare limited

Sun Street

Wolverhampton

WV100BF

UK

NUTS: UKG39

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

SET Healthcare Ltd

Unit 67, Ambition Broxbourne Business Centre, 4 Pindar Road

Hoddesdon

EN110FJ

UK

NUTS: UKH23

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

STAFF HEALTH LTD

Flat 66 Chelsea Vista, Imperial Wharf

London

SW62SD

UK

NUTS: UKI

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

TOMORROW CARDIOVASCULAR LIMITED

C/O Wyatt Morris Golland Ltd Park House, 200 Drake Street

Rochdale

OL161PJ

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

UK VEIN CLINIC LTD

Lower Ground Floor, 150 Harley Street

London

W1G7LQ

UK

NUTS: UKI

The contractor/concessionaire is an SME: Yes

VII.1.7) Name and address of the contractor/concessionaire

VALE EYE SURGEONS LIMITED

32 Rhodfa Mes

Bridgend

CF315BF

UK

NUTS: UK

The contractor/concessionaire is an SME: Yes

VII.2) Information about modifications

VII.2.1) Description of the modifications

Extension of standstill period in line with Health Services (Provider Selection Regime) (Wales) Regulations 2025 which will be at midnight on Thursday the 2nd of April 2026.

Please note that there are three modification notices, one for each of the 3 Lots within the Framework Agreement.

VII.2.2) Reasons for modification

Need for additional works, services or supplies by the original contractor/concessionaire

Description of the economic or technical reasons and the inconvenience or duplication of cost preventing a change of contractor:

Extension of standstill period in line with Health Services (Provider Selection Regime) (Wales) Regulations 2025 which will be at midnight on Thursday the 2nd of April 2026.

Please note that there are three modification notices, one for each of the 3 Lots within the Framework Agreement.

VII.2.3) Increase in price

Updated total contract value before the modifications (taking into account possible earlier contract modifications and price adaptions and, in the case of Directive 2014/23/EU, average inflation in the Member State concerned)

Value excluding VAT: 200 000 000.00 Currency: GBP

Total contract value after the modifications

Value excluding VAT: 200 000 000.00 Currency: GBP

Coding

Commodity categories

ID Title Parent category
85111100 Surgical hospital services Hospital services

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:
emma.lane@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.