Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

South East & Mid Wales Highways & Civil Engineering Framework

  • First published: 24 March 2018
  • Last modified: 24 March 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-072211
Published by:
Cardiff Council
Authority ID:
AA0422
Publication date:
24 March 2018
Deadline date:
23 April 2018
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This opportunity is to create the 3rd iteration of the South East Wales Framework of pre-qualified and suitably experienced Contractors with expertise in Civil Engineering and Highways Construction. The Framework Contractors and Participating Employers will look to develop good working practices with Stakeholders across South East Wales region to promote good practice, improve sustainability and added value through community benefits. The previous Framework was hosted by Rhondda Cynon Taf Council and has now been transferred to the County Council of the City of and County of Cardiff. The Framework agreement will be divided into eleven (11) lots. Lots 1-6 are based on geographical boundaries with lots 7-11 covering the boundaries of all of the Participating Employers. Further information in respect of the lots can be found in the suite of Pre Qualification Documents which can be accessed through Proactis (https://supplierlive.proactisp2p.com/Account/Login) CPV: 45230000, 45233000, 45230000, 45233130, 45233100, 45233131, 45233210, 45233300, 45233310, 71311220, 71311210, 45230000, 45233000, 45233130, 45233100, 45233131, 45233210, 45233300, 45233310, 71311220, 45230000, 45233000, 45233130, 45233131, 45233210, 45233300, 45233310, 71311220, 71311210, 45230000, 45233000, 45233130, 45233100, 45233131, 45233210, 45233300, 45233310, 71311220, 71311210, 45230000, 45230000, 45233000, 45233130, 45233100, 45233131, 45233210, 45233300, 45233310, 71311220, 71311210, 45230000, 45233000, 45233130, 45233100, 45233131, 45233210, 45233300, 45233310, 71311220, 71311210, 45230000, 45233000, 45233130, 45233100, 45233131, 45233210, 45233300, 45233310, 71311220, 45230000, 45233000, 45233130, 45233100, 45233131, 45233210, 45233300, 45233310, 71311220, 71311210, 45230000, 45233000, 45233130, 45233100, 45233131, 45233210, 45233300, 45233310, 71311220, 71311210, 45230000, 45233000, 45233130, 45233100, 45233131, 45233210, 45233300, 45233310, 71311220, 71311210.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The City of Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Telephone: +44 2920873701

E-mail: corporate.procurement@cardiff.gov.uk

NUTS: UKL22

Internet address(es)

Main address: www.cardiff.gov.uk

Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0422

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://supplierlive.proactisp2p.com/Account/Login


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://supplierlive.proactisp2p.com/Account/Login


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

South East & Mid Wales Highways & Civil Engineering Framework

Reference number: ERFX1003981

II.1.2) Main CPV code

45230000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This opportunity is to create the 3rd iteration of the South East Wales Framework of pre-qualified and suitably experienced Contractors with expertise in Civil Engineering and Highways Construction. The Framework Contractors and Participating Employers will look to develop good working practices with Stakeholders across South East Wales region to promote good practice, improve sustainability and added value through community benefits. The previous Framework was hosted by Rhondda Cynon Taf Council and has now been transferred to the County Council of the City of and County of Cardiff. The Framework agreement will be divided into eleven (11) lots. Lots 1-6 are based on geographical boundaries with lots 7-11 covering the boundaries of all of the Participating Employers. Further information in respect of the lots can be found in the suite of Pre Qualification Documents which can be accessed through Proactis (https://supplierlive.proactisp2p.com/Account/Login)

II.1.5) Estimated total value

Value excluding VAT: 124 100 000.00  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: 1

II.2.1) Title

Minor Works (Renewals) up to 150k GBP - Torfaen, Blaenau Gwent, Monmouthshire and Caerphilly

II.2.2) Additional CPV code(s)

45230000

45233000

45233130

45233100

45233131

45233210

45233300

45233310

71311220

71311210

II.2.3) Place of performance

NUTS code:

UKL2

II.2.4) Description of the procurement

Lot 1 - Will cover minor works (renewals) up to the value of 150,000 GBP per Contract within the areas of Torfaen, Blaenau Gwent, Monmouthshire and Caerphilly

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: Yes

Description of renewals:

Potential to be re-tendered at the end of the Framework

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

Objective criteria for choosing the limited number of candidates:

Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.

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

Minor Works (Renewals) up to 150k GBP - Rhondda Cynon Taf & Merthyr

II.2.2) Additional CPV code(s)

45230000

45233000

45233130

45233100

45233131

45233210

45233300

45233310

71311220

71311210

II.2.3) Place of performance

NUTS code:

UKL2

II.2.4) Description of the procurement

Lot 2 will cover minor works (renewals) up to the value of 150,000 GBP per Contract within the areas of Rhondda Cynon Taf and Merthyr Tydfil

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: Yes

Description of renewals:

Potential to be re-tendered at the end of the Framework

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

Objective criteria for choosing the limited number of candidates:

Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.

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

Minor Works (Renewals) up to 150k GBP - Bridgend, Vale of Glamorgan Cardiff and Newport

II.2.2) Additional CPV code(s)

45230000

45233000

45233130

45233100

45233131

45233210

45233300

45233310

71311220

II.2.3) Place of performance

NUTS code:

UKL

UKL17

UKL21

II.2.4) Description of the procurement

Lot 3 - Minor Works Renewals up to the value of 150,000 GBP per Contract within the areas of Bridgend, Vale of Glamorgan, Cardiff and Newport.

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: Yes

Description of renewals:

Potential to be re-tendered at the end of the Framework

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

Objective criteria for choosing the limited number of candidates:

Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.

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

Projects (Improvements) 150k GBP - 500k GBP - Torfaen, Blaenau Gwent, Monmouthshire and Caerphilly

II.2.2) Additional CPV code(s)

45230000

45233000

45233130

45233100

45233131

45233210

45233300

45233310

71311220

71311210

II.2.3) Place of performance

NUTS code:

UKL2

II.2.4) Description of the procurement

Lot 4 - Project improvements for civil engineering and highways schemes between the value of 150k GBP and 500k GBP per Contract within the areas of Torfaen, Blaenau Gwent, Monmouthshire and Caerphilly areas.

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: Yes

Description of renewals:

Possibility to be re-tendered at the end of the Framework.

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

Objective criteria for choosing the limited number of candidates:

Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.

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

Projects (Improvements) 150k GBP - 500k GBP - Rhondda Cynon Taf and Merthyr

II.2.2) Additional CPV code(s)

45230000

45233000

45233130

45233100

45233131

45233210

45233300

45233310

71311220

71311210

II.2.3) Place of performance

NUTS code:

UKL2

II.2.4) Description of the procurement

Lot 5 - Project Improvements for civil engineering and highways schemes between the value of 150k GBP - 500k GBP per Contract within the areas of Rhondda Cynon Taf and Merthyr Tydfil.

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: Yes

Description of renewals:

Possibility to be re-tendered at the end of the Framework.

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

Objective criteria for choosing the limited number of candidates:

Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.

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

Projects (Improvements) 150k GBP - 500k GBP - Bridgend, Vale of Glamorgan, Cardiff and Newport

II.2.2) Additional CPV code(s)

45230000

45233000

45233130

45233100

45233131

45233210

45233300

45233310

71311220

71311210

II.2.3) Place of performance

NUTS code:

UKL2

II.2.4) Description of the procurement

Lot 6 - Project Improvements for civil engineering and highways schemes between the value of 150k GBP - 500k GBP per Contract within the areas of Bridgend, Vale of Glamorgan, Cardiff and Newport.

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: Yes

Description of renewals:

Possibility to be re-tendered at the end of the Framework

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

Objective criteria for choosing the limited number of candidates:

A maximum number of 10 candidates will be invited to ITT stage, only 7 will be successful to Contract on this lot.

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

Projects (Improvements) 500k GBP - 2m GBP - All Locations

II.2.2) Additional CPV code(s)

45233000

45230000

45233130

45233100

45233131

45233210

45233300

45233310

71311220

71311210

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 7 - Projects improvements for civil engineering and highways schemes between the value of 500k GBP - 2m GBP per Contract for all Participating Employers on the Framework.

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: Yes

Description of renewals:

Possibility to be re-tendered at the end of the Framework.

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

Objective criteria for choosing the limited number of candidates:

Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.

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

Projects (Improvements) 2m GBP - 5m GBP - All Locations

II.2.2) Additional CPV code(s)

45230000

45233000

45233130

45233100

45233131

45233210

45233300

45233310

71311220

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 8 - Project Improvements for civil engineering and highways scheme between the value of 5m GBP - 10m GBP per Contract for all Participating Employers on the Framework.

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: Yes

Description of renewals:

Possibility to be re-tendered at the end of the Framework

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

Objective criteria for choosing the limited number of candidates:

Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.

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

Projects (Improvements) 5m GBP - 10m GBP - All Locations

II.2.2) Additional CPV code(s)

45230000

45233000

45233130

45233131

45233210

45233300

45233310

71311220

71311210

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 9 - Project improvements for civil engineering and highways schemes between the value of 5m GBP - 10m GBP per Contract for all Participating Employers on the Framework.

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: Yes

Description of renewals:

Possibility to be re-tendered at the end of the Framework.

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

Objective criteria for choosing the limited number of candidates:

Maximum number of candidates is 10. Only 7 will be successfully awarded to be on the framework.

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

Surfacing up to 10m GBP

II.2.2) Additional CPV code(s)

45230000

45233000

45233130

45233100

45233131

45233210

45233300

45233310

71311220

71311210

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 10 - Surfacing projects to highways for up to the value of 10m GBP per Contract for all Participating Employers on the Framework.

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: Yes

Description of renewals:

Possibility to be re-tendered at the end of the Framework

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

Objective criteria for choosing the limited number of candidates:

Maximum number of candidates is 7. Only 5 will be successfully awarded to be on the framework.

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

Surfacing Preservation up to 10m GBP

II.2.2) Additional CPV code(s)

45230000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 11 - surfacing preservation to highways for up to the value of 10m GBP for all Participating Employers on the Framework.

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: Yes

Description of renewals:

Possibility to be re-tendered at the end of the Framework

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

Objective criteria for choosing the limited number of candidates:

Maximum number of candidates is 7. Only 5 will be successfully awarded to be on the framework.

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

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 73

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2017/S 155-321220

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

Date: 23/04/2018

Local time: 12:00

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

Date: 21/05/2018

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

EN

CY

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Potential to be re-tendered at the end of the Framework

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

If you have any questions please contact Penny Haywood through the dialogue section of the Proactis portal:

https://supplierlive.proactisp2p.com/account/login

PQQ submissions are to be via the Proactis Portal no later than 12:00:00 (noon) on Friday 20th April 2018. PQQs received after that deadline will not be accepted. Bidders should allow sufficient time to submit their PQQs.

The Authority reserves the right to award all, part or none of the business and to abandon this procurement at any time and will not be liable for any costs incurred.

The Authority does not bind itself to accept the lowest or any tender.

Further information regarding the way orders will be placed under the framework agreement.

The Potential Employees are as follows:

- Blaenau Gwent County Borough Council;

- Bridgend County Borough Council;

- The County Council of the City of Cardiff Council;

- Caerphilly County Borough Council;

- Monmouthshire County Council;

- Merthyr Tydfil County Borough Council;

- Newport City Council;

- Rhondda Cynon Taf County Borough Council;

- Torfaen County Borough Council;

- Vale of Glamorgan Council; and

- Welsh Government and associated trading bodies such as Transport for Wales

- Welsh Higher Education bodies as described at http://www.wales.com/study/universities-wales

- Welsh Further Education Colleges as described at http://www.collegeswales.ac.uk/Find-a-College

- NHS Local Health Boards and NHS Trusts in Wales

- Welsh Housing Associations/registered social landlords as described at http://gov.wales/topics/housing-and-regeneration/publications/registered-social-landlords-in-wales/?lang=en

- Welsh Local Authorities as described at: http://gov.wales/topics/localgovernment/unitary-authorities/?lang=en

- Joint Ventures or collaborations between Welsh Local Authorities or any combination of the bodies listed above; and

- Any successors to any of the above bodies in the exercise of their statutory or public functions, including (without limitation), by reason of abolition, merger, boundary change, replacement or otherwise.

Those Contractors who are short-listed for a particular lot (subject to the specified maximum per lot) will be eligible to proceed to the second stage of the procurement process: the Invitation to Tender (“ITT Stage”). The ITT Stage will be evaluated on the basis of financials and quality. At the end of the ITT Stage of the process the Authority intends to appoint seven (7) Contractors per Lot for Lots 1-9 and up to five (5) Contractors for Lots 10-11.

Continuous improvement:

Bidders should note that the successful Contractors will have an ongoing obligation throughout the term of the agreement to identify new or potential improvements to the services. Examples of the type of improvements the Authority will wish to explore during the term of the framework are included within the Framework Agreement.

The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.gov.wales) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Included within the Framework Agreement Schedule 14 - Social Value with the inclusion of Community Benefits.

(WA Ref:72211)

The buyer considers that this contract is suitable for consortia bidding.

VI.4) Procedures for review

VI.4.1) Review body

The City of Cardiff Council

County Hall, Atlantic Wharf

Cardiff

CF10 4UW

UK

Telephone: +44 2920873701

Internet address(es)

URL: www.cardiff.gov.uk

VI.5) Date of dispatch of this notice

23/03/2018

Coding

Commodity categories

ID Title Parent category
45233131 Construction work for elevated highways Construction, foundation and surface works for highways, roads
45233130 Construction work for highways Construction, foundation and surface works for highways, roads
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45230000 Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork Works for complete or part construction and civil engineering work
45233000 Construction, foundation and surface works for highways, roads Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45233310 Foundation work for highways Construction, foundation and surface works for highways, roads
45233300 Foundation work for highways, roads, streets and footpaths Construction, foundation and surface works for highways, roads
71311210 Highways consultancy services Civil engineering consultancy services
71311220 Highways engineering services Civil engineering consultancy services
45233210 Surface work for highways Construction, foundation and surface works for highways, roads

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
24 March 2018
Deadline date:
23 April 2018 00:00
Notice type:
02 Contract Notice
Authority name:
Cardiff Council
Publication date:
24 December 2018
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Cardiff Council

About the buyer

Main contact:
corporate.procurement@cardiff.gov.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.