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

Estates Consumable Products

  • First published: 04 July 2019
  • Last modified: 04 July 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:
North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds
Authority ID:
AA77083
Publication date:
04 July 2019
Deadline date:
02 August 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 - Tools Including, but not limited to hand tools, small power tools and drill bits The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Barnsley Facilities Services Limited wholly owned subsidiary of Barnsley Hospital NHS Foundation Trust Bradford Teaching Hospitals NHS Foundation Trust Burton Hospitals NHS Foundation Trust Calderdale And Huddersfield NHS Foundation Trust Chesterfield Royal Hospital NHS Foundation Trust Colchester Hospital University NHS Foundation Trust Derbyshire Community Health Services NHS Foundation Trust Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust Harrogate Healthcare Facilities Management Ltd wholly owned subsidiary of Harrogate and District NHS Foundation Trust Heart of England NHS Foundation Trust Humber Teaching NHS Foundation Trust Ipswich Hospital NHS Trust Isle of Man Department of Health & Social Care James Paget University Hospitals NHS Foundation Trust Leeds and York Partnership NHS Foundation Trust Leeds Community Healthcare NHS Trust Leeds Teaching Hospitals NHS Trust Leicestershire Partnership Trust Lincolnshire Community Health Services NHS Trust Lincolnshire Partnership NHS Foundation Trust Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust North Cumbria University Hospitals NHS Trust North Tees and Hartlepool Solutions LLP wholly owned subsidiary of North Tees & Hartlepool NHS Foundation Trust Northern Lincolnshire and Goole NHS Foundation Trust Northumbria Healthcare Facilities Management Limited wholly owned subsidiary of Northumbria Healthcare NHS Foundation Trust Nottingham University Hospitals NHS Trust QE Facilities Limited wholly owned subsidiary of Gateshead Health NHS Foundation Trust Salisbury NHS Foundation Trust Sheffield Children's NHS Foundation Trust Sheffield Health and Social Care NHS Foundation Trust Sheffield Teaching Hospitals NHS Foundation Trust Sherwood Forest Hospitals NHS Foundation Trust Southport and Ormskirk Hospital NHS Trust Stockport NHS Foundation Trust Synchronicity Care Ltd a wholly owned subsidiary of County Durham & Darlington NHS Foundation Trust) T/A CDD Services The Newcastle upon Tyne Hospitals NHS Foundation Trust The Queen Elizabeth Hospital Kings Lynn NHS Trust The Rotherham NHS Foundation Trust United Lincolnshire Hospitals NHS Trust University Hospitals Birmingham NHS Foundation Trust University Hospitals of Derby and Burton NHS Foundation Trust University Hospitals of Leicester NHS Trust York Teaching Hospital NHS Foundation Trust Yorkshire Ambulance Service NHS Trust NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust)

Savile Street East

Sheffield

S4 7UQ

UK

E-mail: procurement@noecpc.nhs.uk

NUTS: UK

Internet address(es)

Main address: https://in-tendhost.co.uk/noecpc

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://in-tendhost.co.uk/noecpc/


Additional information can be obtained from the abovementioned address


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

Estates Consumable Products

Reference number: CPC 02991

II.1.2) Main CPV code

31000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This procurement will establish a framework covering the purchase of Estates consumable products for example, tools, electrical items, building products, plumbing, timber and joinery, paints and solvents, ironmongery, mechanical and industrial consumables, Plant Hire and Signage (NHS). Each product area will be covered by an individual lot, or sub lots. Member Organisations will access the NOECPC electronic catalogue via the e-catalogue system, either by Excel export or by integration into the Member Organisations cataloguing system. Member organisations will be able to order products, utilising either an electronic catalogue, or by running a further competition. Please refer to the relevant Lot descriptions for further details.

II.1.5) Estimated total value

Value excluding VAT: 50 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 4A

II.2.1) Title

Electrical Supplies – General Products, Cable, Lighting and Distribution

II.2.2) Additional CPV code(s)

31000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 4A - Electrical Supplies – General Products, Cable, Lighting and Distribution Including, but not limited to circuit protection, cabling, lighting and wiring accessories Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 18 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 4B

II.2.1) Title

Electrical Supplies - System Controls and Components

II.2.2) Additional CPV code(s)

31000000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 4B - Electrical Supplies - System Controls & Components Including, but not limited to building management system components. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 900 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 7A

II.2.1) Title

Ironmongery – General products, Hangers and Brackets

II.2.2) Additional CPV code(s)

44316000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 7A - Ironmongery – General products, Hangers and Brackets Including, but not limited to brackets, hangers and hooks, and anti ligature products. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 100 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 7B

II.2.1) Title

Ironmongery – Door Furniture

II.2.2) Additional CPV code(s)

44316000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 7B - Ironmongery – Door Furniture Including, but not limited to latches, door knobs, hinges, closers and anti ligature products. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 500 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 7C

II.2.1) Title

Ironmongery - Locks and Keys

II.2.2) Additional CPV code(s)

44520000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 7C - Ironmongery - Locks & Keys Including, but not limited to locks, keys, bolts and padlocks. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 800 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 8A

II.2.1) Title

Mechanical & Industrial Consumables - General Products, Abrasives, Lubricants & Adhesives

II.2.2) Additional CPV code(s)

14810000

24910000

09211000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 8A - Mechanical & Industrial Consumables - General Products, Abrasives, Lubricants & Adhesives Including, but not limited to oils, grease abrasives, adhesives and welding consumable products. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 450 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 8B

II.2.1) Title

Mechanical and Industrial Consumables – Drive Belts and Bearings

II.2.2) Additional CPV code(s)

44440000

34312700

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 8B - Mechanical & Industrial Consumables - Drive Belts & Bearings Including, but not limited to bearings, drive belts and pulleys. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 800 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 8C

II.2.1) Title

Mechanical and Industrial Consumables – Air Filter Elements

II.2.2) Additional CPV code(s)

42514310

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 8C - Mechanical & Industrial Consumables - Air Filter Elements Including, but not limited to air handling unit filter elements. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 3 100 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 1

II.2.1) Title

Tools

II.2.2) Additional CPV code(s)

44510000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 1 - Tools Including, but not limited to hand tools, small power tools and drill bits The below-listed Authorities (plus those entities listed at Section II.2.11 and Section VI.3) are eligible to access the resulting framework – subject to NOE CPC approval. Barnsley Facilities Services Limited wholly owned subsidiary of Barnsley Hospital NHS Foundation Trust Bradford Teaching Hospitals NHS Foundation Trust Burton Hospitals NHS Foundation Trust Calderdale And Huddersfield NHS Foundation Trust Chesterfield Royal Hospital NHS Foundation Trust Colchester Hospital University NHS Foundation Trust Derbyshire Community Health Services NHS Foundation Trust Doncaster and Bassetlaw Teaching Hospitals NHS Foundation Trust Harrogate Healthcare Facilities Management Ltd wholly owned subsidiary of Harrogate and District NHS Foundation Trust Heart of England NHS Foundation Trust Humber Teaching NHS Foundation Trust Ipswich Hospital NHS Trust Isle of Man Department of Health & Social Care James Paget University Hospitals NHS Foundation Trust Leeds and York Partnership NHS Foundation Trust Leeds Community Healthcare NHS Trust Leeds Teaching Hospitals NHS Trust Leicestershire Partnership Trust Lincolnshire Community Health Services NHS Trust Lincolnshire Partnership NHS Foundation Trust Locala Community Partnerships Mid Yorkshire Hospitals NHS Trust North Cumbria University Hospitals NHS Trust North Tees and Hartlepool Solutions LLP wholly owned subsidiary of North Tees & Hartlepool NHS Foundation Trust Northern Lincolnshire and Goole NHS Foundation Trust Northumbria Healthcare Facilities Management Limited wholly owned subsidiary of Northumbria Healthcare NHS Foundation Trust Nottingham University Hospitals NHS Trust QE Facilities Limited wholly owned subsidiary of Gateshead Health NHS Foundation Trust Salisbury NHS Foundation Trust Sheffield Children's NHS Foundation Trust Sheffield Health and Social Care NHS Foundation Trust Sheffield Teaching Hospitals NHS Foundation Trust Sherwood Forest Hospitals NHS Foundation Trust Southport and Ormskirk Hospital NHS Trust Stockport NHS Foundation Trust Synchronicity Care Ltd a wholly owned subsidiary of County Durham & Darlington NHS Foundation Trust) T/A CDD Services The Newcastle upon Tyne Hospitals NHS Foundation Trust The Queen Elizabeth Hospital Kings Lynn NHS Trust The Rotherham NHS Foundation Trust United Lincolnshire Hospitals NHS Trust University Hospitals Birmingham NHS Foundation Trust University Hospitals of Derby and Burton NHS Foundation Trust University Hospitals of Leicester NHS Trust York Teaching Hospital NHS Foundation Trust Yorkshire Ambulance Service NHS Trust NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 3 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by 2 further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Listings of entities eligible to utilise any resulting agreement(s), subject to the approval of NOE CPC include any other NHS/Public Sector bodies located in England, Wales, Scotland, Northern Ireland, including any of the Crown Dependencies and NHS Collaborative Procurement Organisations: the NHS in England (National Health Service for the United Kingdom) including but not limited to Foundation Trusts, Acute (Hospital) Trusts, Ambulance Trusts, Mental Health Trusts, Care Trusts listed at: https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

Clinical Commissioning Groups: https://www.nhs.uk/ServiceDirectories/Pages/CCGListing.aspx

Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx

Special Health Authorities: http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

NHS Improvement: https://improvement.nhs.uk/

Department of Health: https://www.gov.uk/government/organisations/department-of-health

Arm’s Length Bodies: https://www.gov.uk/government/publications/how-to-contact-department-of-health-arms-length-bodies/department-of-healths-agencies-and-partner-organisations

Sustainability and Transformation Partnerships (STPs) and their individual constituent organisations: https://www.england.nhs.uk/stps/view-stps/

NHS England: https://www.england.nhs.uk/ and other organisations involved in commissioning primary care services via Clinical Commissioning Groups supported by Commissioning Support Units which are responsible for commissioning most aspects of NHS care (or equivalent body established pursuant to legislation enacted as a result of, or in connection with, the White Paper, Equity and Excellence: Liberating the NHS published July 2010.

CCG: https://www.england.nhs.uk/resources/ccg-directory/

CSU: https://www.england.nhs.uk/commissioning/comm-supp/csu/

The Clinical Commissioning Board, Area Teams: https://www.nhs.uk/ServiceDirectories/Pages/AreaTeamListing.aspx and other organisations involved in commissioning and/or overseeing General Practitioner services, GP consortia, GP Practices and any other provider of primary medical services:

(a) who are a party to any of the following contracts:

— General Medical Services (GMS),

— Personal Medical Services (PMS),

— Alternative Provider Medical Services (APMS); and/or

(b) commissioned by NHS England or other organisations involved in commissioning or overseeing General Practitioner services, as described above. The NHS in Wales, Scotland and Northern Ireland including but not limited to Primary care services — GPs, pharmacies, dentists and optometrists, hospital services, and community services, including those provided through community health centres and mental health services at: NHS Wales (National Health Service for Wales): including but not limited to Welsh Health Boards, NHS Trusts and Public Health Wales: http://www.wales.nhs.uk/nhswalesaboutus/structure

NHS Scotland (National Health Service for Scotland) including but not limited to Regional NHS Boards, Special NHS Boards and public health body at: http://www.scot.nhs.uk/organisations/

Health and Social Care Services in Northern Ireland: (National Health Service for Northern Ireland) including but not limited to Health Trusts, Social Care Board and other HSC Agencies: http://online.hscni.net/

Social Enterprise UK: https://www.socialenterprise.org.uk

Local Authority Councils in England, Scotland and Wales: county, unitary, district, borough, and metropolitan councils (parish/community councils) Local Councils in England, Scotland and Wales: https://www.gov.uk/find-local-council

Local Authority Councils in Northern Ireland: https://www.nidirect.gov.uk/contacts/local-councils-in-northern-ireland

Continued at Section VI.3) Additional Information.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home

For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 08455578079/+44(0)1144070056).

Lot No: 2

II.2.1) Title

Building Supplies

II.2.2) Additional CPV code(s)

44111000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 2 -Building Supplies Including, but not limited to sand, cement, brick, plaster board, roofing materials (tiles, slates), plaster and tarmac Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 300 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 3

II.2.1) Title

Plumbing and Heating Supplies

II.2.2) Additional CPV code(s)

44115200

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 3 - Plumbing and Heating Supplies Including, but not limited to pipework, plumbing supplies, bathroom, sanitaryware, taps, fixtures and fittings and joints. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 13 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 5

II.2.1) Title

Timber and Joinery

II.2.2) Additional CPV code(s)

03419000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 5 - Timber and Joinery Including, but not limited to timber and board products. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 600 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 6

II.2.1) Title

Paints and Solvents

II.2.2) Additional CPV code(s)

44800000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 6 - Paints and Solvents Including, but not limited to paints, varnishes, paint brushes and consumables. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 600 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 9

II.2.1) Title

Plant Hire

II.2.2) Additional CPV code(s)

45500000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 9 - Plant Hire Including, but not limited to generators, air conditioning units and access. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 1 600 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 10

II.2.1) Title

Signage (NHS)

II.2.2) Additional CPV code(s)

44423400

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 10 - Signage (NHS) Including, but not limited to external and internal way finding signage and departmental and named individual signage. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

II.2.6) Estimated value

Value excluding VAT: 800 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Lot No: 11

II.2.1) Title

One Stop Shop

II.2.2) Additional CPV code(s)

44510000

44316000

44115200

14810000

44511000

44440000

44111000

03419000

44530000

44800000

44520000

24910000

44423400

31000000

34312700

45500000

42514310

09211000

II.2.3) Place of performance

NUTS code:

UK


Main site or place of performance:

United Kingdom and any of the crown dependencies (including but not limited to, the Isle of Man).

II.2.4) Description of the procurement

Lot 11 - One Stop Shop This covers all of the requirements listed in Lot 1 to Lot 10 inclusive without exception. Bidders must be able to service the full requirements listed in Lots 1,2,3, 4a,4b, 5, 6, 7a, 7b, 7c, 7d, 8a, 8b, 8c, 9 and 10. Please refer to Section II.2.4) of Lot 1 for the list of Authorities. NOE CPC member bodies as listed at: http://www.noecpc.nhs.uk/current-members and any additional new NOE CPC members including wholly owned companies and subsidiaries, may utilise this framework agreement during the contract term. See Section II.2.11 for list of entities eligible to utilise any resulting framework, subject to the approval of NOE CPC.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Price / Weighting: 40

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Initial framework duration of 24 months, with the authority having the option to extend by two further 12 month periods, taking the total duration up to a maximum of 48 months.

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

Please refer to Section II.2.11) of Lot 1 for Information about options.

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

This procurement exercise will be conducted on the In-tend e-Tendering portal at: https://in-tendhost.co.uk/noecpc/aspx/Home For any support in submitting your response please contact In-tend Support team at support@in-tend.co.uk (or call 0845 557 8079/+44 (0)114 4070056

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

See SQ/ITT

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

See SQ/ITT

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.

Envisaged maximum number of participants to the framework agreement: 128

Justification for any framework agreement duration exceeding 4 years: N/A

IV.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction:

Participating Authorities reserve the right to undertake electronic auctions in the awarding of call-offs under this framework agreement.

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: 02/08/2019

Local time: 12:00

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

EN

IV.2.7) Conditions for opening of tenders

Date: 02/08/2019

Local time: 12:00

Place:

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Isle of Man (IoM) Government and associated IoM based public bodies, including all IoM Government Departments and Cabinet Office, including but not limited to: Department of Health & Social Care: https://www.gov.im/about-the-government/departments/health-and-social-care/ The States of Jersey Government and administration including all Government Departments including but not limited to: Health & Social Services: https://www.gov.je/Government/Departments/HealthSocialServices/Pages/index.aspx The States of Guernsey (Parliament and government) including but not limited to the Committee for Health & Social Care: https://www.gov.gg/article/152954/Health-and-Social-Services-Department Educational Establishments in England including schools and colleges: https://get-information-schools.service.gov.uk/ Schools in Wales: http://gov.wales/statistics-and-research/address-list-of-schools/?lang=en Further Education and 6th Form Colleges in the UK: http://findfe.com/ Higher Education Recognised or listed bodies in the UK offering degree-level courses: https://www.gov.uk/check-a-university-is-officially-recognised Schools in Scotland including primary, secondary and special schools: https://education.gov.scot/parentzone/ Educational Establishments in Scotland: http://www.gov.scot/Topics/Statistics/ScotXed/SchoolEducation/SchoolEstablishments Schools and Educational Establishments in Northern Ireland: https://www.education-ni.gov.uk/services/schools-plus Higher Education Universities and Colleges in Northern Ireland: https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland UK Police Forces in England, Northern Ireland, Scotland and Wales including National Special Police Forces. https://www.police.uk/forces/ England Fire and Rescue Services http://www.fire.org.uk/fire-brigades.html Scottish Fire & Rescue Services http://www.firescotland.gov.uk/your-area.aspx Welsh Fire & Rescue Services http://gov.wales/topics/people-and-communities/communities/safety/fire/localservices/?lang=en Northern Ireland Fire & Rescue Service https://www.nifrs.org/areas-districts/ UK Maritime & Coastguard Agency https://www.gov.uk/government/organisations/maritime-and-coastguard-agency/about/access-and-opening Registered charities in England and Wales: https://www.gov.uk/find-charity-information Registered charities in Scotland: https://www.oscr.org.uk/charities Registered charities in Northern Ireland: http://www.charitycommissionni.org.uk/charity-search/ Ministry of Defence (MOD): https://www.gov.uk/government/organisations/ministry-of-defence Registered social landlords, government funded, not-for-profit organisations that provide affordable housing, including housing associations, trusts and cooperatives. England: https://www.gov.uk/government/publications/current-registered-providers-of-social-housing Scotland: http://directory.scottishhousingregulator.gov.uk/pages/default.aspx Wales: http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en Northern Ireland: https://www.nidirect.gov.uk/contacts/housing-associations Bidders should note that the NOECPC retain absolute discretion as to whether to accept any offer following evaluation. The NOE CPC is not bound in any way to accept any and reserves the right to make no further contract award under this procurement process. The NOE CPC shall not be held liable for any liability or cost or expense incurred by any bidder in relation to this project whatsoever, including, without limitations, in relation to the preparation of their tender and any subsequent clarification or any legal or other expenses.

VI.4) Procedures for review

VI.4.1) Review body

North of England Commercial Procurement Collaborative (NOE CPC) (hosted by and acting through Leeds and York Partnership NHS Foundation Trust.)

Sheffield

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

NOE CPC will incorporate a minimum 10 calendar standstill period at the point information on the award of contract is communicated to tenderers, in accordance with Regulation 87 of the Public Contract Regulations 2015. Any tenderer wishing to appeal the decision to award the contract, or after the award of the contract appeal the award of the contract, shall have the rights set out in Part 3 of the Public Contract Regulations 2015.

VI.5) Date of dispatch of this notice

02/07/2019

Coding

Commodity categories

ID Title Parent category
14810000 Abrasive products Miscellaneous non-metallic mineral products
42514310 Air filters Machinery and apparatus for filtering or purifying gases
44440000 Bearings Miscellaneous fabricated products and related items
44111000 Building materials Construction materials
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
44530000 Fasteners Tools, locks, keys, hinges, fasteners, chain and springs
24910000 Glues Fine and various chemical products
44511000 Hand tools Tools
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
44316000 Ironmongery Wire products
44520000 Locks, keys and hinges Tools, locks, keys, hinges, fasteners, chain and springs
09211000 Lubricating oils and lubricating agents Lubricating preparations
44800000 Paints, varnishes and mastics Construction structures and materials; auxiliary products to construction (except electric apparatus
44115200 Plumbing and heating materials Building fittings
34312700 Rubber transmission belts Engine parts
44423400 Signs and related items Miscellaneous articles
03419000 Timber Wood
44510000 Tools Tools, locks, keys, hinges, fasteners, chain and springs

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:
procurement@noecpc.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.