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

Analysis and Reconciliation Services

  • First published: 11 December 2019
  • Last modified: 11 December 2019

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:
East Of England NHS Collaborative Hub
Authority ID:
AA24804
Publication date:
11 December 2019
Deadline date:
17 January 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Potential providers will:

Perform reviews in a staged approach as described below:

— agree with contracting authority area(s) for review,

— agree the assignment timescales with the contracting authority,

— carry out review and identify any anomalies in supplier charges, payments or agreements which have resulted in the contracting authority having missed, miscalculated, overpaid or being overcharged by a supplier.

Potential providers will carry out an analysis of:

PSTN lines, call plans, MPLS/ethernet, leased line services, maintenance charges, mobile/voice data.

Potential providers will:

— report findings, overcharges and undercharges to the contracting authority for authorisation to proceed with presenting findings to the suppliers,

— present findings and supporting documentation or evidence to the suppliers,

— give regular updates to the contracting authorities on progress of resolution to identified findings,

— agree in principal with the contracting authority any recovery and repayment from the supplier and or other alternative method of recovery.

Seek authorisation from the contracting authorities for method of recovery

Effect recovery from the supplier.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

East Of England NHS Collaborative Hub

East Of England NHS Collaborative Hub,Victoria House, Capital Business Park, Fulbourn

Cambridge

CB21 5XB

UK

Contact person: Stephen Evans

Telephone: +44 7983339079

E-mail: stephen.evans@eoecph.nhs.uk

NUTS: UK

Internet address(es)

Main address: www.eoecph.bravosolution.co.uk

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://eoecph.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://eoecph.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


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

Analysis and Reconciliation Services

Reference number: Project 18941 ITT 1946

II.1.2) Main CPV code

79200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

EOECPH as the purchasing authority wishes to establish a multi-supplier framework agreement for the supply of Analysis and reconciliation services (A&R). The authority is managing this procurement process in accordance with the Public Contracts Regulations 2015 (the ‘Regulations’). This is a services framework agreement being procured under an open procedure.

The general service requirements to be offered by bidders is to provide regressive audit services, spend recovery and related services including but not limited to the analysis of accounts payable systems, contracts or other data set as requested by a contracting authority.

It is intended that providers awarded to this framework will support publicly funded entities meet requirements set against them in pursuit of their day to day activities. Providers awarded to the framework will assist the framework beneficiaries manage and meet obligations and other pressures which impact and have relevance to publicly funded organisations.

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 all lots

Maximum number of lots that may be awarded to one tenderer: 11

II.2) Description

Lot No: 1

II.2.1) Title

Telecommunications

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Potential providers will:

Perform reviews in a staged approach as described below:

— agree with contracting authority area(s) for review,

— agree the assignment timescales with the contracting authority,

— carry out review and identify any anomalies in supplier charges, payments or agreements which have resulted in the contracting authority having missed, miscalculated, overpaid or being overcharged by a supplier.

Potential providers will carry out an analysis of:

PSTN lines, call plans, MPLS/ethernet, leased line services, maintenance charges, mobile/voice data.

Potential providers will:

— report findings, overcharges and undercharges to the contracting authority for authorisation to proceed with presenting findings to the suppliers,

— present findings and supporting documentation or evidence to the suppliers,

— give regular updates to the contracting authorities on progress of resolution to identified findings,

— agree in principal with the contracting authority any recovery and repayment from the supplier and or other alternative method of recovery.

Seek authorisation from the contracting authorities for method of recovery

Effect recovery from the supplier.

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

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

Lot No: 2

II.2.1) Title

Energy – Electricity, Gas and Oil

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212200

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Potential providers will:

Perform the review in accordance with the stages set out below:

— agree with the contracting authority areas for review,

— agree an assignment timescale with the contracting authority,

— identify any anomalies in supplier charges, payments or agreements which have resulted in the contracting authority having missed, miscalculated, overpaid or being overcharged by a supplier.

Review will include but not limited to the analysis of:

Tariffs, distribution charges, transmission charges, metering charges, VAT rates, climate levy changes or similar and environmental costs.

Potential providers will:

— report findings, overcharges and undercharges to the contracting authority for authorisation to proceed with presenting findings to the suppliers,

— present findings and supporting documentation or evidence to the suppliers,

— give regular updates to the contracting authorities on progress of resolution to identified findings,

— agree in principal any recovery and repayment from the supplier and or other alternative method of recovery.

Seek authorisation from the contracting authorities for method of recovery

Effect recovery from the supplier.

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

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

Lot No: 3

II.2.1) Title

Water

II.2.2) Additional CPV code(s)

71800000

79200000

79210000

79212000

79212100

79212200

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Potential providers will:

Perform the review in accordance with the stages set out below:

— agree with contracting authority areas for review,

— agree assignment timescales with the contracting authority,

— identify any anomalies in supplier charges, payments or agreements which have resulted in the contracting authority having missed, miscalculated, overpaid or being overcharged by a supplier.

Review will include but not limited to the analysis of:

Tariffs, distribution charges, transmission charges, metering charges, VAT rates, climate levy changes or similar and environmental costs.

Potential providers will:

— report findings, overcharges and undercharges to the contracting authority for authorisation to proceed with presenting findings to the suppliers,

— present findings and supporting documentation or evidence to the suppliers,

— give regular updates to the contracting authorities on progress of resolution to identified findings,

— agree in principal any recovery and repayment from the supplier and or other alternative method of recovery.

Seek authorisation from the contracting authorities for method of recovery

Effect recovery from the supplier.

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

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

Lot No: 4

II.2.1) Title

Value Added Tax

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212200

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Potential providers will:

Perform the review in accordance with the stages set out below:

— agree areas for review with the contracting authority,

— agree assignment timescales with the contracting authority,

— carry out review and identify any anomalies in supplier charges, payments or agreements which have resulted in the contracting authority having missed, miscalculated, overpaid or being overcharged by a supplier.

Review will include but not limited to the analysis of:

Input and output of VAT, VAT rates and exemption calculations

Potential providers will:

— report findings, overcharges and undercharges to the contracting authority for authorisation to proceed with presenting findings to the suppliers,

— present findings and any supporting documentation or evidence to the suppliers,

— give regular updates to the contracting authorities on progress of resolution to identified findings,

— agree in principal any recovery and repayment from the supplier and or other alternative method of recovery.

Seek authorisation from the contracting authorities for method of recovery.

Effect recovery from the supplier.

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

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

Lot No: 5

II.2.1) Title

Estates

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212200

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Potential providers will:

Perform the review in accordance with the stages set out below:

— agree areas for review with the contracting authority,

— agree assignment timescales with the contracting authority,

— carry out review and identify any anomalies in supplier charges, payments or agreements which have resulted in the contracting authority having missed, miscalculated, overpaid or being overcharged by a supplier.

Review will include but not limited to the analysis of:

Property lease charges, rental charges, VAT charges as applicable, insurance payments and exemptions.

Potential providers will:

— report findings, overcharges and undercharges to the contracting authority for authorisation to proceed with presenting findings to the suppliers,

— present findings and supporting documentation or evidence to the suppliers,

— give regular updates to the contracting authorities on progress of resolution to identified findings,

— agree in principal any recovery and repayment from the supplier and or other alternative method of recovery.

Seek authorisation from the contracting authorities for method of recovery.

Effect recovery from the supplier.

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

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

Lot No: 6

II.2.1) Title

Accounts Payable Transaction Reviews

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212200

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Potential providers will:

Perform the review in accordance with the stages set out below:

Potential provider will:

— provide the contracting authority with a detailed data request,

— provide the contracting authority with a template of the draft letter or text to be sent to the contracting authority suppliers requesting details of ‘balances’ and transactions between the contracting authority and the supplier,

— the contracting authority will agree and authorise the content and use of the letter or reserve the right to alter or adjust in agreement with the potential provider.

The Potential provider will:

— send by post or email the agreed and authorised letter to those suppliers agreed between the contracting authority and the potential provider,

— deal with all responses and queries,

— identify and report all balances which require further investigation or progress to the contracting authority,

— report opportunities to contracting authority on an agreed frequency for authorisation to proceed with any investigation or action

The contracting authority to authorise or exclude opportunities for the potential provider to progress. Substantiating and supporting any exclusions.

Contracting authority to instruct the potential provider on recovery method.

Potential provider will:

— contact the contracting authority suppliers and negotiate repayment, recovery of credit notes/debit notes or agree an alternative.

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

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

Lot No: 7

II.2.1) Title

Temporary Staffing

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212200

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Potential Provider Will:

Perform the review in accordance with the stages set out below:

— agree with the contracting authority area(s) for review,

— agree timescales with the contracting authority,

— conduct analysis and identify any anomalies in supplier charges, payments or agreements which have resulted in the contracting authority having missed, miscalculated, overpaid or being overcharged by a supplier.

The review will include but not limited to the Analysis of:

Hourly rates, grades vs charges and hours worked vs charges

Potential provider will:

— report findings, overcharges and undercharges to the contracting authority for authorisation to proceed with presenting findings to the supplier(s),

— present findings and any supporting documentation or evidence to the suppliers,

— provide regular updates to the contracting authority on progress,

— agree in principal any recovery and repayment from the supplier or alternative method of recovery.

Seek authorisation from the contracting authority for method of recovery.

Effect recovery from the supplier.

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

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

Lot No: 8

II.2.1) Title

Payroll

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212200

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The potential provider will:

Perform the review in accordance with the stages set out below:

— agree timescales with the contracting authority,

— conduct analysis and identify any anomalies in supplier charges, payments or agreements which have resulted in the contracting authority having missed, miscalculated, overpaid or being overcharged by a supplier.

The review to include but not limited to the Analysis of and:

Identification of any overpayments.

The potential provider will:

— agree with the contracting authority on the approach to recovery, including level of recovery to be enforced,

— supply pro-forma letters and correspondence to the contracting authority to aid recovery, support and advice on how best to recover monies and Identify weaknesses in contracting authority processes that lead to the above,

— report findings, overcharges and undercharges to the contracting authority for authorisation to proceed with presenting findings to the supplier(s),

— present findings and any supporting documentation or evidence to the suppliers,

— provide regular updates to the contracting authority on progress,

— agree in principal any recovery and repayment from the supplier or alternative method of recovery.

Seek authorisation from the contracting authority for method of recovery,

Effect recovery from the supplier.

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

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

Lot No: 9

II.2.1) Title

General Contract Compliance

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212200

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot requires potential providers to carry out reviews on a contracting authority’s contracts, data or other related information, focusing upon price and contractual terms relating to any other area of procurement, area of expense or income to be reviewed, (see examples below) in addition to the specialist review work for the activity lots previously described in this specification.

Examples of cost and income areas that can be covered under this lot:

— pharmacy,

— food purchase,

— purchasing cards,

— bank charges,

— car park revenue,

— advertising,

— concessions,

— collection of outstanding and difficult debt collection,

— ABI payment schemes or equivalent.

Potential bidders will:

— identify, report and recover any overpayments or under recovered balances ensuring that the contracting authority has received the full benefit of any negotiated supplier agreements, including but not limited to: pricing, discounts', volume and or value related bonus, compliance with all vat and other commercial considerations in relation to capital project works,

— identify contractual overcharges (or under paid income),

— identify future reduced charges (or increased income),

— suggest process improvement opportunities (for example improvement of contract wording leading towards agreement on formal contract variations).

The potential provider Will:

— perform the review in accordance with the stages set out below,

— agree area(s) for review with the contracting authority,

— agree timescales with the contracting authority,

— conduct analysis and identify any anomalies in supplier charges, payments or agreements which have resulted in the contracting authority having missed, miscalculated, overpaid or being overcharged by a supplier.

The review will include but not limited to the analysis of:

— identify any overpayments.

The potential provider will:

— reach agreement with the participating contracting authority on the approach to recovery, including level of recovery to be enforced, supplying pro-forma letters and correspondence to the contracting authority to aid recovery, support and advice on how best to recover monies and Identify weaknesses in contracting authority processes that lead to the above,

— report findings, overcharges and undercharges to the contracting authority for authorisation to proceed with presenting findings to the supplier(s),

— ensure compliance is maintained with most favoured customer clauses and other procurement issues to identify potential recoveries where lowest price agreements are not being followed either by the supplier and or the internal users within the contracting authority,

— present findings and any supporting documentation or evidence to the suppliers,

— provide regular updates to the contracting authority on progress,

— agree in principal any recovery and repayment from the supplier or alternative method of recovery.

Seek authorisation from the contracting authority for method of recovery.

Effect recovery from the supplier.

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

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

Lot No: 10

II.2.1) Title

Software Licence reviews

II.2.2) Additional CPV code(s)

79200000

79210000

79212000

79212100

79212200

79212300

79212500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The Potential Provider will:

Perform the review in accordance with the stages set out below:

— area(s) for review with the contracting authority,

— agree timescales with the contracting authority,

— conduct analysis and identify any anomalies in supplier charges, payments or agreements which have resulted in the contracting authority having missed, miscalculated, overpaid or being overcharged by a supplier.

The review will include but not limited to the analysis of:

— identify any overpayments, agree with the participating contracting authority on the approach to recovery, including level of recovery to be enforced, supplying pro-forma letters and correspondence to the contracting authority to aid recovery, support and advice on how best to recover monies and identify weaknesses in contracting authority processes that lead to the above.

Potential provider will:

— report findings, overcharges and undercharges to the contracting authority for authorisation to proceed with presenting findings to the supplier(s),

— present findings and any supporting documentation or evidence to the suppliers,

— provide regular updates to the contracting authority on progress,

— agree in principal any recovery and repayment from the supplier or alternative method of recovery.

Seek authorisation from the contracting authority for method of recovery.

Effect recovery from the supplier.

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

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

Lot No: 11

II.2.1) Title

Managed Spend Reduction and Recovery Solutions.

II.2.2) Additional CPV code(s)

71800000

79200000

79210000

79212000

79212100

79212200

79212300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Potential bidders may wish to submit offers for more ‘niche’ and or innovative spend reduction and recovery solutions (including any innovative financing arrangements, that underpin the funding of the solution) that can offered to beneficiary organisations that are given access to the framework. This will apply to all of the service Lots 1 to 10 described above. Solutions, services and or equipment that can be offered by potential bidders through this Lot 11, will exceed the service specifications described for Lots 1 to 10 however, the solutions might carry their own unique terms and conditions of supply that may be at odds and conflict with the NHS terms and conditions of services published with this tender (document 6) and may lead to the required amendment of the NHS terms, for framework beneficiary organisations to engage with suppliers and their services and any changes agreed to supply terms will be agreed in written accordance with the purchasing authority on a case by case basis.

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

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

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

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: 17/01/2020

Local time: 17:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 20/01/2020

Local time: 10:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

4 years.

VI.4) Procedures for review

VI.4.1) Review body

NHS Resolution

London

UK

VI.5) Date of dispatch of this notice

09/12/2019

Coding

Commodity categories

ID Title Parent category
79210000 Accounting and auditing services Accounting, auditing and fiscal services
79212500 Accounting review services Auditing services
79200000 Accounting, auditing and fiscal services Business services: law, marketing, consulting, recruitment, printing and security
79212000 Auditing services Accounting and auditing services
71800000 Consulting services for water-supply and waste consultancy Architectural, construction, engineering and inspection services
79212100 Financial auditing services Auditing services
79212200 Internal audit services Auditing services
79212300 Statutory audit services Auditing services

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:
stephen.evans@eoecph.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.