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

Communication and Marketing Framework

  • First published: 15 October 2018
  • Last modified: 15 October 2018

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-080277
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
15 October 2018
Deadline date:
14 November 2018
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

A framework for delivering Welsh Government's communication and marketing requirements. The framework will be open for use by other public bodies. Lot 1–Creative Design & Branding Lot 2–Digital Marketing Services Lot 3 Filming, Editing & Animation Services Lot 4-Bespoke Stand Design & Build Lot 5-Event/Conference Management Lot 6-Evaluation/Research Lot 7-Publicity Materials - Storage/Shipping Lot 8-Event Audio Visual (AV) Lot 9–Portable Publicity Equipment & Signage Over the maximum 4 year period of the framework. The value of GBP 16m is the maximum anticipated spend on the framework. Please note however that, as this is a framework, the values provided are only estimates and cannot be guaranteed. CPV: 79342000, 79822500, 72000000, 79340000, 72413000, 92111000, 92110000, 39154100, 39154000, 79956000, 79952000, 73000000, 39154000, 32321300, 32320000, 39154000, 34928470, 39154100.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

UK

Telephone: +44 3000623300

E-mail: CPSProcurementAdvice@gov.wales

NUTS: UKL

Internet address(es)

Main address: http://wales.gov.uk/?skip=1&lang=en

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

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/home.html


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/home.html


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/home.html


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Communication and Marketing Framework

Reference number: F385/2017/2018

II.1.2) Main CPV code

79342000

 

II.1.3) Type of contract

Services

II.1.4) Short description

A framework for delivering Welsh Government's communication and marketing requirements. The framework will be open for use by other public bodies.

Lot 1–Creative Design & Branding

Lot 2–Digital Marketing Services

Lot 3 Filming, Editing & Animation Services

Lot 4-Bespoke Stand Design & Build

Lot 5-Event/Conference Management

Lot 6-Evaluation/Research

Lot 7-Publicity Materials - Storage/Shipping

Lot 8-Event Audio Visual (AV)

Lot 9–Portable Publicity Equipment & Signage

Over the maximum 4 year period of the framework. The value of GBP 16m is the maximum anticipated spend on the framework. Please note however that, as this is a framework, the values provided are only estimates and cannot be guaranteed.

II.1.5) Estimated total value

Value excluding VAT: 16 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 3 lots

Maximum number of lots that may be awarded to one tenderer: 3

II.2) Description

Lot No: 1

II.2.1) Title

Creative Design and Branding

II.2.2) Additional CPV code(s)

79822500

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Production of materials which meet clearly defined marketing plans and communication objectives, capturing and delivering the required messages and working as part of integrated communications across media.

Includes the following:

- delivering various aspects of brand strategy development

- design of marketing campaigns

- design of exhibition and display materials, brochures, leaflets, direct marketing and promotional items, packaging, advertisements.

Designs will need to be bilingual and/or multilingual, taking into account different cultures, use of colour and localised design issues. All materials are required to meet Welsh Government brand and accessibility standards.

The purchase of advertising space would not be required under this lot as existing contracts cover this requirement.

The purchase of print is not required under this lot as existing contracts cover this requirement.

The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this Lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that Lot.

The estimated approximate spend for Lot 1 is GBP 400,000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Objective criteria for choosing the limited number of candidates:

See PQQ Documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Please note that the Client will seek EU funding in respect of some Contracts awarded under this Framework. Please see Specification for more information.

Lot No: 2

II.2.1) Title

Digital Marketing Services

II.2.2) Additional CPV code(s)

72000000

79340000

72413000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Includes the following:

- Digital strategy development

- Develop and deliver digital marketing activity across paid and earned digital channels.

- All aspects of web design and build, to include information architecture, usability and customer-centric design, technical development and API integration across B2C and B2B sites. Specific CMS experience will be required including, but not limited to, the following platforms; Sitecore, Drupal, WordPress, and Alterian.

Expertise is required across all aspects of digital creative, including the development of ‘on brand’ display advertising, email design, eBooks, interactive and multimedia materials as well as presentation creative. Suppliers are sought with expertise in all aspects of mobile application development, to include development of native and hybrid applications – across all major platforms.

The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this Lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that Lot.

The estimated approximate spend for Lot 2 is GBP 2.3m.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Objective criteria for choosing the limited number of candidates:

See PQQ Documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Please note that the Client will seek EU funding in respect of some Contracts awarded under this Framework. Please see Specification for more information.

Lot No: 3

II.2.1) Title

Filming, Editing & Animation Services

II.2.2) Additional CPV code(s)

92111000

92110000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Develop scripts / use existing scripts and producing highly polished outputs for broadcast, DVD / Video production, or web based clips. Services required will include taking static communication briefs and developing a script / storyboard to bring the concept to life.

Suppliers will need to be able to provide a full range service, providing cameramen, lighting, directors, editors and producers etc. filming in a number of formats HD etc. and have access to fully furnished editing suits with the relevant software utilised within the industry to deliver a variety of outputs. The ability to take existing footage formats such as DVD or HD tape and convert to different formats, such as Windows Media Files, QuickTime, MPEG. 3D animation is needed for a number of uses including customer presentations as well as in video productions. Consideration is required for transferring high resolution images from the animation for use within printed presentations and display material.

The purchase of airtime would not be required under this lot as existing contracts cover this requirement.

The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this Lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that Lot.

The estimated approximate spend for Lot 3 is GBP 1m.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Objective criteria for choosing the limited number of candidates:

See PQQ Documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Please note that the Client will seek EU funding in respect of some Contracts awarded under this Framework. Please see Specification for more information.

Lot No: 4

II.2.1) Title

Bespoke Stand Design & Build

II.2.2) Additional CPV code(s)

39154100

39154000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Design, construct and supply all the various elements in the supply of both large bespoke standalone exhibition spaces, or smaller modular structures for either internal or external exhibitions, in the UK and overseas.

Suppliers will need to provide a full range of additional requirements including but not limited to marquees, flooring, kitchen units, utilities, AV, toilets etc. and be able to undertake transportation and full installation to meet both the client’s and the venue’s requirements and rules and regulations such as Health & Safety etc.

The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this Lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that Lot.

The estimated anticipated spend for Lot 4 is GBP 3.5m

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Objective criteria for choosing the limited number of candidates:

See PQQ Documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Please note that the Client will seek EU funding in respect of some Contracts awarded under this Framework. Please see Specification for more information.

Lot No: 5

II.2.1) Title

Event / Conference Management

II.2.2) Additional CPV code(s)

79956000

79952000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Suppliers are sought who understand the aims and objectives of events, project manage, provide on-site support and liaison with all parties involved. This could involve managing multiple contractors and in some instances multiple parties to ensure that planning and delivery remains on time and within budget.

Activity required may include venue sourcing, hotel bookings, delegate packs, name badges, AV, speaker sourcing and management, travel arrangement planning & management, facilitation, press and PR – both for within the UK and overseas.

The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this Lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that Lot.

The estimated approximate spend for Lot 5 is GBP 2.5m

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Objective criteria for choosing the limited number of candidates:

See PQQ Documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Please note that the Client will seek EU funding in respect of some Contracts awarded under this Framework. Please see Specification for more information.

Lot No: 6

II.2.1) Title

Evaluation / Research

II.2.2) Additional CPV code(s)

73000000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Suppliers are sought who have experience in undertaking evaluation research via several mediums, face-to-face, interviews at events/exhibitions, follow up phone calls, interviews via the phone or via survey etc. Reports will be required on the effectiveness of shows/campaigns, materials distributed, feedback, PR and messages.

Suppliers will need to be experienced in questionnaire development, analysing the completed data and providing bilingual reports. Experience and knowledge of governmental surveys and reports, data protection and handling secure information is vital.

The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this Lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that Lot.

The estimated approximate spend for Lot 6 is GBP 500,000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Objective criteria for choosing the limited number of candidates:

See PQQ Documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Please note that the Client will seek EU funding in respect of some Contracts awarded under this Framework. Please see Specification for more information.

Lot No: 7

II.2.1) Title

Publicity Materials - Storage / Shipping

II.2.2) Additional CPV code(s)

39154000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Storage and transportation of a wide range of exhibition and conference materials across the UK and overseas. Packaging of items in bubble wrap, or shrink-wrap will be required. Racking should be in place to store literature and clothing to ensure that it is kept dry and secure.

Stock control and warehouse management services are vital to this lot as the supplier will be required to manage the Welsh Government storage distribution facility referenced in the specification.

The client may also have a requirement for the storage and transportation of portable exhibition vehicles.

We envisage awarding 1 supplier to this Lot.

The estimated approximate spend for Lot 7 is GBP 600,000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Objective criteria for choosing the limited number of candidates:

See PQQ Documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Please note that the Client will seek EU funding in respect of some Contracts awarded under this Framework. Please see Specification for more information.

Lot No: 8

II.2.1) Title

Audio Visual (AV)

II.2.2) Additional CPV code(s)

32321300

32320000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Suppliers are sought to provide a full range of audio visual (AV) support, and access to the hire of quality AV equipment such as projectors, speaker system, radio mic’s computers and laptops, electronic voting systems as well as lighting, video capture/ simultaneous broadcasting of presenters and be able to work with both PC & Mac formats.

AV equipment may be required for a number of purposes such as exhibitions, road shows, product launch events, PR, and award ceremonies, Internal and External meetings/presentation etc., often at short notice.

Suppliers will need to be able to undertake installation, running and de-rigging of equipment, including advice and full technical support as and when needed, working with venues as appropriate to ensure that all aspects of health & safety are covered.

The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this Lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that Lot.

The estimated approximate spend for Lot 8 is GBP 700,000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Objective criteria for choosing the limited number of candidates:

See PQQ Documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Please note that the Client will seek EU funding in respect of some Contracts awarded under this Framework. Please see Specification for more information.

Lot No: 9

II.2.1) Title

Portable Publicity Equipment & Signage

II.2.2) Additional CPV code(s)

39154000

34928470

39154100

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Suppliers are sought to provide various models of standard pop-up stands and various banner systems with their casings, and possible lighting systems etc. Suppliers will need to be able to print/manufacture the graphic panels and be able to undertake repairs to the various systems we order as well as those that we already have in stock (which are standard size, generic items).

Suppliers may be needed to set artwork for panels themselves or to work form supplied artwork which we provide – often at short-notice and sometimes requiring quick delivery. In addition the production of non-standard panels is required for larger exhibition stands and systems in various formats, vinyl, hardboard, flexi-board, stand-alone panels etc. Again artwork may be supplied or need to be set following the customers’ brief.

Provision of various directional signage/informational panels may be required with graphics in various formats (acrylic, wood etc.) External signage and replacement plaques for buildings or industrial parks may also be required.

The top 6 scoring bidders that pass the minimum threshold score at ITT stage will be awarded a place on this Lot of the framework. Where a number of candidates have equal scoring they will be awarded a place on the Lot of the framework and in such a circumstance this may result in more than 6 suppliers being awarded to that Lot.

The estimated approximate spend for Lot 9 is GBP 300,000.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Objective criteria for choosing the limited number of candidates:

See PQQ Documents

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

II.2.14) Additional information

Please note that the Client will seek EU funding in respect of some Contracts awarded under this Framework. Please see Specification for more information.

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

Detailed in tender documents

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted 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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 087-195467

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

Date: 14/11/2018

Local time: 14:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 21/01/2019

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

EN

CY

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Decision will be taken on recurrence during the life of this framework

VI.3) Additional information

Contract Values

All Contract values listed are potential estimated values for the duration of the framework. Please see tender documents for more information.

Please note this framework will be utilised predominantly by the Welsh Government but is also open for use by the following Welsh Bodies:

-Welsh Ministers, their agencies, sponsored and statutory bodies and other contracting authorities funded by them, whether or not they operate independently of Welsh Ministers

-The Welsh Assembly Commission

-Any company, limited liability partnership or other corporate entity wholly or partly owned by or controlled (directly or indirectly) by Welsh Government

-UK Government, their agencies, companies and limited liability partnerships or other entities, wholly or partly owned by or controlled by departments of the UK Government and which operate in Wales. Non-ministerial governmental departments which operate devolved offices in Wales

-Local Authorities in Wales their agencies, companies and limited liability partnerships or other corporate entities wholly or partly owned by or controlled by and any county and county borough, city, community or other council or local authority in Wales

-Contracting authorities established for the provision of culture, media and sport in Wales

-NHS Health Boards in Wales, NHS Trusts in Wales, Special Health Authorities in Wales, Community Health Councils in Wales, the NHS Wales Shared Services Partnership and Board of Community Health Councils and any other contracting authorities operating within or on behalf of the NHS in Wales

-Higher and further education bodies in Wales, including colleges, community colleges and universities, WEA Cymru and Colleges Wales

-Police and crime commissioners and police forces in England and Wales; national park, and fire and rescue authorities in Wales

-Wales Council for Voluntary Action and associated bodies

-Registered social landlords on the Welsh Government maintained register.

-Schools, sixth-form colleges, foundation schools and academies in Wales (but not independent schools)

-HM Inspectorate of Schools in Wales (Estyn);

-One Voice Wales (Town & Community Councils) and town & community councils in Wales

-Where applicable, the above shall include subsidiaries of the contracting authority at any level.

In the event of merger, abolition or change of any of the contracting authorities listed or referred to above, the successors to those authorities or to their functions will also be able to enter into specific contracts under this Framework.

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=86138

(WA Ref:86138)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

Welsh Government

Corporate Procurement Services, Cathays Park

Cardiff

CF10 3NQ

UK

Telephone: +44 3000623300

Internet address(es)

URL: http://wales.gov.uk/?skip=1&lang=en

VI.5) Date of dispatch of this notice

12/10/2018

Coding

Commodity categories

ID Title Parent category
79340000 Advertising and marketing services Market and economic research; polling and statistics
32321300 Audio-visual materials Television projection equipment
79952000 Event services Exhibition, fair and congress organisation services
39154000 Exhibition equipment Miscellaneous furniture and equipment
39154100 Exhibition stands Exhibition equipment
79956000 Fair and exhibition organisation services Exhibition, fair and congress organisation services
79822500 Graphic design services Composition services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
79342000 Marketing services Advertising and marketing services
92111000 Motion picture and video production services Motion picture and video tape production and related services
92110000 Motion picture and video tape production and related services Motion picture and video services
73000000 Research and development services and related consultancy services Research and Development
34928470 Signage Road furniture
32320000 Television and audio-visual equipment Television and radio receivers, and sound or video recording or reproducing apparatus
72413000 World wide web (www) site design services Provider 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.

Document family

Notice details
Publication date:
07 May 2018
Notice type:
01 Prior Information Notice (PIN)
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
03 July 2018
Notice type:
14 Corrigendum
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
15 October 2018
Deadline date:
14 November 2018 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
10 October 2019
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government

About the buyer

Main contact:
CPSProcurementAdvice@gov.wales
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.