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.

Contract Notice

Deployed Force Radiation Detection Monitoring Equipment Replacement (DFRDME)

  • First published: 18 August 2020
  • Last modified: 18 August 2020
  • 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:
Published by:
Unknown
Authority ID:
AA47308
Publication date:
18 August 2020
Deadline date:
-
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Full notice text

CONTRACT NOTICE FOR CONTRACTS IN THE FIELD OF DEFENCE AND SECURITY

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)

Abbey Wood, Yew 3A, no1342

Bristol

BS34 8JH

UK

Les Hanley

Mr Les Hanley

+44 7909254891

Leslie.Hanley101@mod.gov.uk


https://www.bipsolutions.com


Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Deployed Force Radiation Detection Monitoring Equipment Replacement (DFRDME)

II.1.2)

Type of supplies contract

Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box

Main site or location of works, place of delivery or performance

Gloucestershire, Wiltshire and Bristol/Bath area.


UKK1

II.1.3)

Information on framework agreement

Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds seven years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

Nuclear, Biological, Chemical and Radiological protection equipment. The Chemical Biological Radiological and Nuclear Protection Delivery Team (CBRN DT) need to establish the enduring provision of Deployed Force Radiation Detection and Monitoring Equipment (DFRDME) and are required to maintain the Radiation Detection and Monitoring Equipment (RDME) capability

The Authority has a requirement to replace the ‘in-service’ obsolete Radiation Detection Meter/Readers (RDM & RDMR) and Radiation Identification Equipment (RIE) with a suitable replacement in line with Key System User Requirements (KURs) listed within this contract notice. The Authority is seeking a Commercial Off the Shelf (COTS) item that is able to withstand an operational military environment as specified within the System Requirements Document (SRD). The Authority will not pay for modifications or changes to COTS items in order to meet these requirements. More details are listed within the Individual Lots for RIE and RDM.

II.1.6)

Common Procurement Vocabulary (CPV)

35113200

II.1.7)

Information about subcontracting

Checked box
Checked box
Unchecked box
Unchecked box
Unchecked box

II.1.8)

Division into lots

Yes

Unchecked box Unchecked box Checked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The quantities are included within the individual lots.

The Procurement Strategy will follow a lots based approach.

The requirement is for: Lot 1 – Radiation Identification Equipment (RIE) and Lot 2 – Radiation Detection Meters & Readers (RDM & RDMR). This will result in 2 separate contracts (unless the same tenderer wins both lots, in which case the contracts may be combined). The lots approach does not rule out the possibility that a single company could be contracted for both lots.

The same PQQ Questions are being used for both Lot 1- Radiation Identification Equipment (RIE) and Lot 2 - Radiation Detection Monitors (RDM). If you are responding to both Lots the information you provide will be marked and the same score will be given for both Lots.

For each lot, the Authority’s requirement is for a 5 year + 1 +1 +1 +1 +1 option years contract(s) which will involve:

(a) Manufacture, Supply and Delivery of RIE (Lot 1) and RDM (Lot 2) instruments.

(b) ‘Test Before First Use’ certification upon delivery in compliance with statutory regulations (i.e. IRR17).

(c) Spares support for the duration of the contract covering the procurement of full new systems, part piece spares and component level spares.

(d) Repairs and spares support at 4th line for the duration of the contract

(e) Technical Support which includes Obsolescence Management, updates to technical documentation and responding to technical queries from the users via CBRN DT’s Operations Manager.

(f) The Authority may request an option for the safe disposal of the RIE (Lot 1) and RDM (Lot 2) equipment.

Full scope of the contract(s) will be fully defined within the ITN. There will be defined initial purchases followed by re-supply on a demand basis. More details can be found in the 'Information About Lots' section of this Contract Notice.

The Authority reserves the right to use internal defence repair facilities for all support, the successful contractor will be expected to maintain regular communication with the Authority and specified repair facilities, and inform the specified equipment ranges, to ensure prompt and accurate diagnosis and remedy of any faults or failures that may occur with the equipment ranges and where appropriate make recommendations for upgrades or updates that may needed to maintain equipment serviceability.

Those wishing to express an interest must do so through the completion of a Defence Pre-Qualification Questionnaire (DPQQ). The PQQ enables evaluation of suitability and is completed electronically through the Defence Contracts Online (DCO) website. There is no requirement for a paper based submission..

The Authority shall set out the procurement process to be followed for each lot in the Invitation to Negotiate (ITN) which shall be issued to the successful candidates at PQQ.

 6 000 0008 000 000
GBP

II.2.2)

Information about options

The contract period for each lot will be 5 years, this will cover manufacture and support; however, the Project may also offer +1 +1+1 +1 +1 option years for the continuation of the support of the equipment. There is no guarantee that the Options will be exercised.

Provisional timetable for recourse to these options

3

II.2.3)

Information about renewals



Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

The Authority reserves the right to ask for an indemnity, guarantee or bank bond if the supplier does not meet the required standard for economic and financial standing within the PQQ.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Payment follows delivery and acceptance of the goods, works or services.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

If a group of economic operators submits a bid, the group must nominate a lead organisation to deal with the Authority. The Authority shall require the group to form a legal entity before entering into the contract.

III.1.4)

Other particular conditions to which the performance of the contract is subject

In order to participate in the Invitation to Negotiate (ITN) process, prospective suppliers will be required to access Official Sensitive information. In order to do this these personnel must have a valid security clearance to enable them to view classified information up to the level of Official Sensitive at Authority premises.

Therefore, the successful supplier must ensure all personnel working on the contract have the appropriate personnel clearances.

The security clearance (SC preferred, if not DBS Certificate and Baseline Security Check) is mandatory for this requirement.

Without this clearance the supplier shall automatically be excluded on security grounds and shall not receive an ITN.

To obtain SC please refer to the following: https://www.gov.uk/guidance/security-vetting-and-clearance.

To obtain the basic DBS please refer to the following: https://www.gov.uk/request-copy-criminal-record. This clearance is expected to take up to 14 days.

The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by a Security Aspects Letter, the Authority reserves the right to amend the terms of the Security Aspects Letter to reflect any changes in national law or government policy whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies or otherwise.

III.1.5)

Information about security clearance


 15-10-2020

III.2)

Conditions for Participation

III.2.1)

Personal situation



The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.

A full list of the Regulation 23(1) and 23(2) criteria are at http://www.contracts.mod.uk/delta/project/reasonsForExclusion.html#dspr

Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.

Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.

Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.




III.2.2)

Economic and financial standing



(a) Appropriate statements from the economic operator's bankers or where appropriate, evidence of relevant professional risk indemnity insurance;

(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;

(c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:

(i) the overall turnover of the business of the economic operator; and

(ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.

Based on historical data the supplier is required to meet a minimum of an annual turnover threshold of GBP 1 200 000.00 for Lot 1, GBP 1 600 000.00 for Lot 2, or if bidding for both Lots the minimum of an annual turnover threshold of GBP 2 800 000.00. The Authority reserves the right to exclude the supplier from being selected to tender except where the supplier provides, to the satisfaction of the Authority, evidence showing it has sufficient economic and financial capability, for example such evidence may include:

(1) any additional information proving it has sufficient economic and financial resources to deliver the requirement; and

(2) stating whether the supplier is willing to provide the Authority with an indemnity, guarantee or bank bond.

A financial assessment will be undertaken on the supplier’s financial status. An overall pass / fail judgement will be made after considering areas such as turnover, profit, net assets, liquidity, gearing and capacity. This assessment will include the Parent company where applicable. An independent financial assessment obtained from a reputable credit rating organisation may be utilised as part of this process.









III.2.3)

Technical and/or professional capacity



(a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator's technical ability, taking into account in particular that economic operator's skills, efficiency, experience and reliability

(c) a statement of the principal goods sold or services provided by the supplier or the services provider in the past five years, or during a shorter period if necessary, and:

(i) the dates on which the goods were sold or the services provided;

(ii) the consideration received;

(iii) the identity of the person to whom the goods were sold or the service were provided;

(iv) any certificate issued or countersigned by that person confirming the details of the contract for those goods sold or services provided; and

(v) where - (a)that person was not a contracting authority, and (b)the certificate referred to in sub-paragraph (c)(iv) is not available, any declaration by the economic operator attesting the details of the goods sold or services provided

(d) a statement of the technicians or technical services available to the economic operator to:

(i) carry out the work under the contract, or

(ii) be involved in the production of goods or the provision of services under the contract, particularly those responsible for quality control, whether or not they are independent of the economic operator;

(e) a statement of the economic operator's:

(i) technical facilities;

(ii) measures for ensuring quality;

(iii) study and research facilities; and

(iv) internal rules regarding intellectual property;

(h) the environmental management measures, that the economic operator is able to apply when performing the contract, but only where it is necessary for the performance of that contract

(i) a statement of the services provider's or contractor's average annual number of staff and managerial staff over the previous three years;

(j) a description of the tools, material, technical equipment, staff numbers, know-how and sources of supply (with an indication of their geographical location when it is outside the territory of the EU) available to the economic operator to perform the contract, cope with any additional needs required by the contracting authority as a result of a crisis or carry out the maintenance, modernisation or adaptation of the goods covered by the contract;

(m) in the case of contracts involving, entailing or containing classified information, evidence of the ability to process, store and transmit such information at the level of protection required by the contracting authority;

(n) a certificate:

(i) attesting conformity to quality management systems standards based on the relevant European standard; and

(ii) from an independent accredited body established in any member State conforming to the European standards concerning accreditation and certification questions within Section F (Project Questions) of the PQQ shall be marked using the following criteria for all 9 questions:

0 – No Answer - automatic fail.

1 – Poor - significantly below compliant and/or presents intolerable risk – automatic fail.

2 – Minor deficiencies – slightly below compliant, does not meet all the criteria and/or presents major risk.

3 – Compliant – meets the criteria to an acceptable standard and/or presents manageable risk.

4 – Good – exceeds the Authority’s expectations and/or presents low risk.

5 – Excellent – far exceeds the Authority’s expectations and/or presents minimal risk.

The PQQ marking will be based on the Authority’s judgement following assessment of the supplier’s responses. The Authority will use the PQQ response to create a shortlist of tenderers who:

(a) are eligible to participate;

(b) fulfil any minimum economic, financial, professional and technical standards; and

(c) meets the terms of capacity and capability within each section and the selection criteria as set out in the PQQ.

The supplier will automatically fail if the supplier is allocated with a score of 1 or 0 against any individual Project question within Section F. The benchmark score is 3 or above for each Project question. However, the Authority reserves the right to consider responses where a 2 has been awarded but suppliers may not score 2 in more than 2 areas within Section F.









III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure

IV.1.1)

Type of Procedure


Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box

Justification for the choice of accelerated procedure

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

14

Objective criteria for choosing the limited number of candidates

The Authority will use the DPQQ response to create a shortlist of tenderers who:

(1) are eligible to participate;

(2) fulfil any minimum economic, financial, professional and technical standards; and

(3) best meet, in terms of capacity and capability, the selection criteria set out in this notice and the DPQQ.

Further details of the method for choosing the tenderers is set out in the DPQQ.

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Checked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

Yes

Yes. A Reverse Auction, conducted using electronic means, may be used as part of the procurement process for this requirement. Specific relevant information on Reverse Auction usage will be given in the Invitation to Negotiate.

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

CBRN/00273

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for requests to participate

 15-09-2020  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 30-10-2020

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

Section VI: Complimentary Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Electronic Trading

Potential suppliers must note the mandatory requirement for electronic trading using the Contracting, Purchasing and Finance (CP&F) electronic procurement tool. All payments for Contractor Deliverables under the Contract shall only be made via CP&F. You can find details on CP&F at https://www.gov.uk/government/publications/mod-contracting-purchasing-and-finance-e-procurement-system.

The Cyber Risk Profile for this requirement identified by the Cyber Risk Assessment is VERY LOW (Reference – RAR-KTJF-898E)

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.The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

https://www.gov.uk/government/publications/government-security-classifications

Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk

Suppliers must read through this set of instructions and follow the process to respond to this opportunity.

The information and/or documents for this opportunity are available on http://www.contracts.mod.uk.

You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.

Suppliers must log in, go to your Response Manager and add the following Access Code: ZAKYFM2G58.

Please ensure you follow any instruction provided to you here.

The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.

Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.

If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ's) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.

GO Reference: GO-2020813-DCB-16944307

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


Ministry of Defence, ISTAR, Chemical, Biological, Radiological and Nuclear Delivery Team (CBRN DT)


Bristol


UK


+44 7909254891


Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 13-08-2020

ANNEX B

Information About Lots

1     Radiation Identification Equipment (RIE)

1)

Short Description

Defence requires a 5 year +1 +1 +1+1 +1 option years for the Supply and Support of Radiation Identification Equipment (RIE).

2)

Common Procurement Vocabulary (CPV)

35113200

3)

Quantity or scope

Radiation Identification Equipment (RIE):

(a) The [System] shall identify photon [Gamma] emitting radionuclies.

(b) The [System] shall only give positive identification of radionuclide when minimum specified confidence level has been reached.

(c) The [System] shall have a saturation point not lower than the level specified.

(d) The [System] shall display the maximum system reading possible when saturated.

(e) The [System] shall comply with security legislation.

(f) The [System] shall comply with UK and NATO security measures.

(g) The [System] shall be provided with hazardous material safety data sheets.

(h) The [System] shall store collected Spectral data.

The expected through life support to be provided by the Contractor may cover areas including, but not limited to, the provision of technical documentation (such as user manuals); managing obsolescence and the provision of training support. Further information will be provided at the ITN stage of the competition.

It is assumed, but dependent on tenders that, within the first 1-2 years of the contract, there are likely to be initial purchase quantities of RIE, within the following range, to enable the Authority to meet Full Operating Capability:

50-60

There may also be a requirement throughout the duration of the contract to provide support to surge requirements.

Tenderers will be required to provide a First Article at the ITN stage to enable the Authority to conduct Radiological Verification Testing during the competition. All testing shall be conducted by Defence Science and Technology Laboratories (DSTL) and testing criteria will be issued with tender documentation. Only 1 First Article will need to be supplied by each Tenderer, the exact requirement and testing strategy will be defined within the ITN documentation

Please note that the Authority will not pay for the First Article and that First Article requirements may increase if the Authority has to revert to rounds of negotiation. The First Articles will be returned after testing unless otherwise specified by the Tenderer, but the Tenderer will be responsible for the collection of the unit.

Please note that the initial purchase quantities and contract length specifications and/or scope provided in this Contract Notice are estimations. The Authority reserves the right to revise actual numbers prior to the ITN documentation being issued.



2 000 0003 000 000  GBP.

4)

Indication about different contract dates

120

5)

Additional Information about lots

Prospective Suppliers may submit a response to Lot 1 and Lot 2 in this Contract Notice. Candidates should submit a single PQQ response and indicate in their response which lots they are tendering for.

The maximum number of eligible suppliers invited to receive an ITN for each lot will be 4.

ANNEX B

Information About Lots

2     Radiation Detection Meters and Readers (RDM & RDMR)

1)

Short Description

Defence requires a 5 year +1 +1+1+1 +1 option years for the supply and support of Radiation Detection Meters (RDM) and Radiation Detection Meter Readers (RDMR). The RDM is similar in function to an industry recognised Dosimeter.

2)

Common Procurement Vocabulary (CPV)

35113200

3)

Quantity or scope

Radiation Detection Meters (RDM) and Radiation Detection Meter Readers (RDMR):

(a) The [System] shall [detect] exposure to ambient [Gamma] radiation.

(b) The [System] shall have a saturation point not lower than the level specified.

(c) The [System] shall display maximum reading when saturated.

(d) The [System] shall comply with security legislation.

(e) The [System] shall comply with UK and NATO security measures.

(f) The stowage and transit case shall contain all necessary elements for the use of the [System] in the fields.

The expected through life support to be provided by the Supplier may cover areas including, but not limited to, the provision of technical documentation (such as user manuals); managing obsolescence and the provision of training support. Further information will be provided at the Invitation to Negotiate (ITN) stage of the competition.

It is assumed, but dependent on tenders that, within the first 1-2 years of the contract, there are likely to be initial purchase quantities of RDM & RDMR within the following range to enable the Authority to meet Full Operating Capability:

RDM: 3100 - 3400

RDMR: 100 -120

There may also be a requirement throughout the duration of the contract to provide support to surge requirements.

Tenderers will be required to provide a First Article at the ITN stage to enable the Authority to conduct Radiological Verification Testing during the competition. All testing shall be conducted by Defence Science and Technology Laboratories (DSTL) and testing criteria will be issued with tender documentation. Only 1 First Article will need to be supplied by each Tenderer, the exact requirement and testing strategy will be defined within the ITN documentation.

Please note that the Authority will not pay for the First Article and that First Article requirements may increase if the Authority has to revert to rounds of negotiation. The First Articles will be returned after testing unless otherwise specified by the Tenderer, but the Tenderer will be responsible for the collection of the unit.

Please note that the initial purchase quantities and contract length specifications and/or scope provided in this Contract Notice are estimations. The Authority reserves the right to revise actual numbers prior to the ITN documentation being issued to PQQ downselected Suppliers.



3 000 0004 000 000  GBP.

4)

Indication about different contract dates

120

5)

Additional Information about lots

Prospective suppliers may submit a response to Lot 1 and Lot 2 advertised in this Contract Notice. Candidates should submit a single PQQ response and indicate in their response which lots they are tendering for.

In order to participate in the Invitation to Negotiate (ITN) process, prospective suppliers will be required to access Official Sensitive information. In order to do this these personnel must have a valid security clearance to enable them to view classified information up to the level of Official Sensitive at Authority premises.

Therefore, the successful supplier must ensure all personnel working on the contract have the appropriate personnel clearances.

The security clearance (SC preferred, if not DBS Certificate and Baseline Security Check) is mandatory for this requirement.

Without this clearance the supplier shall automatically be excluded on security grounds and shall not receive an ITN.

To obtain SC please refer to the following: https://www.gov.uk/guidance/security-vetting-and-clearance.

To obtain the basic DBS please refer to the following: https://www.gov.uk/request-copy-criminal-record. This clearance is expected to take up to 14 days.


Coding

Commodity categories

ID Title Parent category
35113200 Nuclear, biological, chemical and radiological protection equipment Safety equipment

Delivery locations

ID Description
100 UK - All

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:
N/a
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.