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.

UK4

ICT Managed Services & Digital Transformation Solutions (1223)

  • First published: 13 March 2026
  • Last modified: 13 March 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

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

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

Contents

Summary

OCID:
ocds-h6vhtk-060615
Published by:
Yorkshire Purchasing Organisation
Authority ID:
AA20152
Publication date:
13 March 2026
Deadline date:
17 April 2026
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

YPO is looking to establish a framework for the delivery and supply of ICT Managed Services, Digital and Physical Document and Records Management, Print and Digital Communication Solutions and Digital Transformation projects.The end customer will place orders directly with the Supplier following an Award Without Competition or Competitive Selection Process on a “contract” basis whereby the Supplier will deliver direct to the end customer on an agreed basis. Invoices and payments are dealt with directly between the end customer and the Supplier.

Full notice text

Changes to notice

Description

Adding further information detailing the procurement.

Scope

Procurement reference

1223

Procurement description

YPO is looking to establish a framework for the delivery and supply of ICT Managed Services, Digital and Physical Document and Records Management, Print and Digital Communication Solutions and Digital Transformation projects.

The end customer will place orders directly with the Supplier following an Award Without Competition or Competitive Selection Process on a “contract” basis whereby the Supplier will deliver direct to the end customer on an agreed basis. Invoices and payments are dealt with directly between the end customer and the Supplier.

Main category

Services

Additional categories

Goods

Delivery regions

  • UK - United Kingdom

Total value (estimated, excluding VAT)

500000000.00 GBP to 2000000000.00GBP

Contract dates (estimated)

04 December 2026, 00:00AM to 03 December 2030, 23:59PM

Is a framework being established?

Yes

Contracting authority

Yorkshire Purchasing Organisation

Identification register:

  • GB-PPON

Address 1: 41 Industrial Park

Town/City: Wakefield

Postcode: WF2 0XE

Country: United Kingdom

Public Procurement Organisation Number: PMRV-4748-MNJV

NUTS code: UKE45

Contact name: Katie Beaumont

Email: itservices@ypo.co.uk

Organisation type: Public authority - sub-central government

The Association of North East Councils Limited

Identification register:

  • GB-PPON

Address 1: Northern Design Centre

Town/City: Gateshead

Postcode: NE8 3DF

Country: United Kingdom

Public Procurement Organisation Number: PYVX-2132-JNMM

NUTS code: UKC22

Contact name: NEPO

Email: cdpnepoteam@neop.org

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Competitive flexible procedure

Is the total value above threshold?

Above threshold

Framework

Further information about fees

1% retrospective rebate applied to all Lots, payable by the supplier upon all invoiced spend through the Framework.

Percentage fee charged to suppliers

1.0000%

Award method when using the framework

With and without reopening competition

Justification for framework term

N/A

Contracting authorities that may use the framework

The Framework will be open and free to use for the whole of the public sector, including but not limited to Education, Local Authorities, Central Government, Charities, NHS, Blue Light, Housing, Higher Education.

For clarity, YPO's permissible users are linked below:

https://www.ypo.co.uk/about/governance/transparency/permissible-users

https://www.nepo.org/associate-membership/permissible-users

Framework operation description

Closed Framework which will run for 4 years with the option for Contracting Authorities to Call-off via either award without competition or competitive selection process.

The end customer will place orders directly with the Supplier following an Award Without Competition or Competitive Selection Process on a “contract” basis whereby the Supplier will deliver direct to the end customer on an agreed basis. Invoices and payments are dealt with directly between the end customer and the Supplier.

Contracting Authorities will be permitted to Call-off this Framework via either award without competition of by running a competitive selection process. Full details of each Call-off methods can be found within the procurement documents.

Prices for award without competition will be determined/assessed within Stage 2 - Invitation to Submit Tender.

Personnel Rate Card - The 30% cost evaluation within Stage 2 – IST is anticipated to be via Personnel Rate Card submission. The rate cards must be ceiling prices and fixed for an initial period of 12 months from the commencement date of the Framework Agreement.

After the initial 12 month period, Providers may request price amendments to the Personnel Rate Card. Price amendments must be agreed with YPO, and price increases must be backed up with evidence to support the increase.

Catalogue Lines - YPO also anticipate requesting cost information/details from Tenderers which is mandatory. Though this will not be utilised for evaluation purposes, it will contain mandatory cells within which require completion. The details provided within this tab are for information purposes only. YPO encourage Tenderers to provide as much detail as possible so that the information and pricing can be fully considered when establishing an award without competition.

Further Pricing Information - YPO anticipate allowing a final tab within the Pricing Schedules for Tenderers to provide further pricing information. Within this Tab, we anticipate there to be 6 non-mandatory tables available for completion. This tab will not be utilised for evaluation purposes. While Tenderers are not required to complete them, we encourage they provide as much detail as possible so that the information and pricing can be fully considered when establishing an award without competition.

After an initial 12 month period, each amendment or additional pricing entry against ALL price submissions must reflect maximum prices and remain fixed for a minimum of 12 months from the date of submission.

Any price increase requested outside of the annual price review will be reviewed on a case-by-case basis, in exceptional circumstances.

Prices may be lowered at any point in time in suppliers services and product offers within Customer Call-offs.

YPO reserve the right to reject any submissions where prices are deemed abnormally low or unsustainable.

Prices for Competitive Selection Process will be fully re-opened and determined at the Contracting Authorities' Competitive Selection Process stage.

Lots

Divided into 4 lots

Pillar 1 - ICT Managed Services

Lot number: 1

Description

For the provision of ICT Managed Services to all public sector establishments.

Please view the specification for full details of Pillar 1.

CPV classifications

  • 72000000 - IT services: consulting, software development, Internet and support
  • 50324100 - System maintenance services
  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 32424000 - Network infrastructure
  • 32524000 - Telecommunications system
  • 32551100 - Telephone connections
  • 32561000 - Fibre-optic connections
  • 32571000 - Communications infrastructure
  • 48000000 - Software package and information systems
  • 48612000 - Database-management system
  • 48710000 - Backup or recovery software package
  • 48730000 - Security software package
  • 48732000 - Data security software package
  • 48781000 - System management software package
  • 48820000 - Servers
  • 48983000 - Development software package
  • 50312000 - Maintenance and repair of computer equipment
  • 50312300 - Maintenance and repair of data network equipment
  • 50312610 - Maintenance of information technology equipment
  • 50323000 - Maintenance and repair of computer peripherals
  • 50332000 - Telecommunications-infrastructure maintenance services
  • 32429000 - Telephone network equipment
  • 35121000 - Security equipment
  • 32500000 - Telecommunications equipment and supplies
  • 71311300 - Infrastructure works consultancy services
  • 72120000 - Hardware disaster-recovery consultancy services
  • 48200000 - Networking, Internet and intranet software package
  • 48331000 - Project management software package
  • 48451000 - Enterprise resource planning software package
  • 48511000 - Desktop communications software package
  • 48760000 - Virus protection software package
  • 48782000 - Storage management software package
  • 72250000 - System and support services
  • 72251000 - Disaster recovery services
  • 72253000 - Helpdesk and support services
  • 72263000 - Software implementation services
  • 72300000 - Data services
  • 72315000 - Data network management and support services
  • 72317000 - Data storage services
  • 72400000 - Internet services
  • 30230000 - Computer-related equipment
  • 72910000 - Computer back-up services
  • 79212000 - Auditing services

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

500000000.00 GBP Excluding VAT

600000000.00 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

04 December 2026, 00:00AM

Contract end date (estimated)

03 December 2030, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Please refer to Tender Documents for information.

Conditions

Economic

Conditions of participation

Please refer to Tender Documents for information.

Conditions of participation

Please refer to Tender Documents for information.

Award criteria

Type: cost

Name

Pillar 1 - Cost

Description

This will be assed in Stage 2 - IST

Weighting: 30.00

Weighting type: percentageExact

Type: quality

Name

Pillar 1 - Quality

Description

This will be assessed within Stage 2 - IST.

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Pillar 1 - Social Value/Sustainability/Modern Slavery

Description

This will be assessed within Stage 2 - IST.

Weighting: 20.00

Weighting type: percentageExact

Pillar 2 - Digital and Physical Records Management

Lot number: 2

Description

For the provision of digital and physical document and records management applicable to all public sector establishments ranging in environments (i.e on-premise, cloud options or hyrbid). Please view the specification for full details of Pillar 2.

CPV classifications

  • 79996100 - Records management
  • 79131000 - Documentation services
  • 63524000 - Transport document preparation services
  • 48311100 - Document management system
  • 72512000 - Document management services
  • 72212311 - Document management software development services
  • 48780000 - System, storage and content management software package
  • 72322000 - Data management services
  • 32353100 - Records
  • 39173000 - Storage units
  • 30233000 - Media storage and reader devices
  • 72317000 - Data storage services
  • 48782000 - Storage management software package
  • 30234500 - Memory storage media
  • 92500000 - Library, archives, museums and other cultural services
  • 48310000 - Document creation software package
  • 63120000 - Storage and warehousing services
  • 63121000 - Storage and retrieval services
  • 44613400 - Storage containers
  • 30131000 - Mailroom equipment
  • 79999100 - Scanning services
  • 79999000 - Scanning and invoicing services
  • 79571000 - Mailing services
  • 92512000 - Archive services
  • 92510000 - Library and archive services
  • 92512100 - Archive destruction services
  • 30191400 - Shredders

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

500000000.00 GBP Excluding VAT

600000000.00 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

04 December 2026, 00:00AM

Contract end date (estimated)

03 December 2030, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Please refer to Tender Documents for information.

Conditions

Economic

Conditions of participation

Please refer to Tender Documents for information.

Conditions of participation

Please refer to Tender Documents for information.

Award criteria

Type: quality

Name

Pillar 2 - Social Value/Sustainability/Modern Slavery

Description

This will be assessed within Stage 2 - IST.

Weighting: 20.00

Weighting type: percentageExact

Type: quality

Name

Pillar 2 - Quality

Description

This will be assessed within Stage 2 - IST.

Weighting: 50.00

Weighting type: percentageExact

Type: cost

Name

Pillar 2 - Cost

Description

This will be assessed within Stage 2 - IST.

Weighting: 30.00

Weighting type: percentageExact

Pillar 3 - Print and Digital Communications

Lot number: 3

Description

Print and Digital Communication solutions applicable to all public sector environments. This includes inbound and outbound digital communications, external print such as promotional items/materials, bulk/high-volume print, printing devices, print audits.

Please view the specification for full details of Pillar 3.

CPV classifications

  • 79811000 - Digital printing services
  • 32412100 - Telecommunications network
  • 22822000 - Business forms
  • 79520000 - Reprographic services
  • 22140000 - Leaflets
  • 32570000 - Communications equipment
  • 32412000 - Communications network
  • 32581000 - Data-communications equipment
  • 51300000 - Installation services of communications equipment
  • 48222000 - Web server software package
  • 48224000 - Web page editing software package
  • 72212222 - Web server software development services
  • 79823000 - Printing and delivery services
  • 72413000 - World wide web (www) site design services
  • 72212224 - Web page editing software development services
  • 64000000 - Postal and telecommunications services
  • 30197630 - Printing paper
  • 30199330 - Continuous paper for computer printers
  • 30197643 - Photocopier paper
  • 32524000 - Telecommunications system
  • 79900000 - Miscellaneous business and business-related services
  • 79990000 - Miscellaneous business-related services
  • 48921000 - Automation system
  • 42964000 - Office automation equipment
  • 22600000 - Ink
  • 30199700 - Printed stationery except forms
  • 79820000 - Services related to printing
  • 22100000 - Printed books, brochures and leaflets
  • 30199730 - Business cards
  • 30199710 - Printed envelopes
  • 22822100 - Continuous business forms
  • 34928470 - Signage
  • 18222000 - Corporate clothing
  • 79342200 - Promotional services
  • 22900000 - Miscellaneous printed matter
  • 22110000 - Printed books
  • 79571000 - Mailing services
  • 30232100 - Printers and plotters
  • 48824000 - Printer servers
  • 30232110 - Laser printers
  • 30232150 - Inkjet printers
  • 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
  • 30192113 - Ink cartridges
  • 30125100 - Toner cartridges
  • 22610000 - Printing ink
  • 79212000 - Auditing services
  • 64121100 - Mail delivery services
  • 30131000 - Mailroom equipment
  • 48510000 - Communication software package
  • 48223000 - Electronic mail software package
  • 64216120 - Electronic mail services
  • 30133100 - Bulk-mailing equipment
  • 30232130 - Colour graphics printers
  • 72512000 - Document management services

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

500000000.00 GBP Excluding VAT

600000000.00 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

04 December 2026, 00:00AM

Contract end date (estimated)

03 December 2030, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Please refer to Tender Documents for information.

Conditions

Economic

Conditions of participation

Please refer to Tender Documents for information.

Conditions of participation

Please refer to Tender Documents for information.

Award criteria

Type: cost

Name

Pillar 3 - Cost

Description

This will be assessed within Stage 2 - IST.

Weighting: 30.00

Weighting type: percentageExact

Type: quality

Name

Pillar 3 - Quality

Description

This will be assessed within Stage 2 - IST.

Weighting: 50.00

Weighting type: percentageExact

Type: quality

Name

Pillar 3 - Social Value/Sustainability/Modern Slavery

Description

This will be assessed within Stage 2 - IST.

Weighting: 20.00

Weighting type: percentageExact

Pillar 4 - Digital Transformation

Lot number: 4

Description

Pillar 4 will be an automatic award for tenderers who are successfully awarded onto:

Pillar 1 – SL 1

Pillar 2 – All SL’s except SL 2 document storage (physical records)

Pillar 3 – All SL’s

will automatically be awarded onto Pillar 4.

The service lines and full specification details can be found within the specification document.

CPV classifications

  • 72000000 - IT services: consulting, software development, Internet and support
  • 79824000 - Printing and distribution services
  • 79811000 - Digital printing services
  • 79800000 - Printing and related services
  • 79810000 - Printing services
  • 79999100 - Scanning services
  • 48311100 - Document management system
  • 63121000 - Storage and retrieval services
  • 72512000 - Document management services
  • 79995100 - Archiving services
  • 22900000 - Miscellaneous printed matter
  • 48900000 - Miscellaneous software package and computer systems

Delivery regions

  • UK - United Kingdom

Lot value (estimated)

500000000.00 GBP Excluding VAT

600000000.00 GBP Including VAT

Criteria used to select suppliers to tender for this lot

true

Sustainability

Small and medium-sized enterprises (SME)

Voluntary, community and social enterprises (VCSE)

Contract start date (estimated)

04 December 2026, 00:00AM

Contract end date (estimated)

03 December 2030, 23:59PM

Participation

Conditions

Economic

Conditions of participation

Please refer to Tender Documents for information.

Conditions

Economic

Conditions of participation

Please refer to Tender Documents for information.

Conditions of participation

Please refer to Tender Documents for information.

Award criteria

Weighting description

Providers who have ticked, evidenced and are awarded onto service lines (SL) below:

Pillar 1 – SL 1

Pillar 2 – All SL’s except SL 2 document storage (physical records)

Pillar 3 – All SL’s

will automatically be awarded onto Pillar 4.

Service Lines outside of the above, may also be ticked, but are not mandatory to be ticked by bidders to be successfully awarded on Pillar 4.

Please refer to the procurement documents for further information on this procurement, such as the specification.

Other than the Pricing Schedule (which will be non-evaluated and for information purposes only) no additional award questions will be asked within Pillar 4.

Type: cost

Name

Cost

Description

As mentioned, Pillar 4 will be an automatic award for Tenderers who meet the criteria.

Other than the Pricing Schedule (which will be non-evaluated and for information purposes only) no additional award questions will be asked within Pillar 4.

Contract terms and risks

Payment terms

Please refer to Tender Documents for information.

Description of risks to contract performance

Please view Tender Documents for information.

Submission

Expression of interest deadline

17 April 2026, 12:00PM

Enquiry deadline

27 March 2026, 12:00PM

Date of award of contract

04 December 2026, 23:59PM

Submission address and any special instructions

https://ypo2.my.site.com/s/WelcomePlease refer to Tender Documents for information.

May tenders be submitted electronically?

Yes

Is this a recurring procurement?

No

Publication date of next tender notice (estimated)

04 June 2030, 23:59PM

Languages that may be used for submission

  • English

Documents

ID

conflictOfInterest

Document type

Conflict of interest

Coding

Commodity categories

ID Title Parent category
92512100 Archive destruction services Archive services
92512000 Archive services Library and archive services
79995100 Archiving services Library management services
79212000 Auditing services Accounting and auditing services
48921000 Automation system Office automation software package
48710000 Backup or recovery software package Software package utilities
30133100 Bulk-mailing equipment Mailing equipment
30199730 Business cards Paper stationery and other items
22822000 Business forms Forms
30232130 Colour graphics printers Peripheral equipment
48510000 Communication software package Communication and multimedia software package
32570000 Communications equipment Telecommunications equipment and supplies
32571000 Communications infrastructure Communications equipment
32412000 Communications network Local area network
72910000 Computer back-up services Computer back-up and catalogue conversion services
30230000 Computer-related equipment Computer equipment and supplies
22822100 Continuous business forms Business forms
30199330 Continuous paper for computer printers Paper stationery and other items
18222000 Corporate clothing Weatherproof clothing
72322000 Data management services Database services
72315000 Data network management and support services Data-processing services
48732000 Data security software package Security software package
72300000 Data services IT services: consulting, software development, Internet and support
72317000 Data storage services Data-processing services
48612000 Database-management system Database systems
32581000 Data-communications equipment Data equipment
48511000 Desktop communications software package Communication software package
48983000 Development software package Programming languages and tools
79811000 Digital printing services Printing services
72251000 Disaster recovery services System and support services
48310000 Document creation software package Document creation, drawing, imaging, scheduling and productivity software package
72512000 Document management services Computer-related management services
72212311 Document management software development services Programming services of application software
48311100 Document management system Document management software package
79131000 Documentation services Legal documentation and certification services
64216120 Electronic mail services Electronic message and information services
48223000 Electronic mail software package Internet and intranet software package
48451000 Enterprise resource planning software package Time accounting or human resources software package
32561000 Fibre-optic connections Fibre-optic materials
72120000 Hardware disaster-recovery consultancy services Hardware consultancy services
72253000 Helpdesk and support services System and support services
71311300 Infrastructure works consultancy services Civil engineering consultancy services
22600000 Ink Printed matter and related products
30192113 Ink cartridges Office supplies
30232150 Inkjet printers Peripheral equipment
51300000 Installation services of communications equipment Installation services (except software)
72400000 Internet services IT services: consulting, software development, Internet and support
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
30232110 Laser printers Peripheral equipment
22140000 Leaflets Printed books, brochures and leaflets
92510000 Library and archive services Library, archives, museums and other cultural services
92500000 Library, archives, museums and other cultural services Recreational, cultural and sporting services
64121100 Mail delivery services Multi-modal courier services
79571000 Mailing services Mailing-list compilation and mailing services
30131000 Mailroom equipment Post-office equipment
50312000 Maintenance and repair of computer equipment Maintenance and repair of office machinery
50323000 Maintenance and repair of computer peripherals Repair and maintenance services of personal computers
50312300 Maintenance and repair of data network equipment Maintenance and repair of computer equipment
50312610 Maintenance of information technology equipment Maintenance and repair of computer equipment
30233000 Media storage and reader devices Computer-related equipment
30234500 Memory storage media Storage media
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security
79990000 Miscellaneous business-related services Miscellaneous business and business-related services
22900000 Miscellaneous printed matter Printed matter and related products
48900000 Miscellaneous software package and computer systems Software package and information systems
32424000 Network infrastructure Network equipment
48200000 Networking, Internet and intranet software package Software package and information systems
42964000 Office automation equipment Command and control system, printing, graphics, office automation and information-processing equipment
30100000 Office machinery, equipment and supplies except computers, printers and furniture Office and computing machinery, equipment and supplies except furniture and software packages
30197643 Photocopier paper Small office equipment
64000000 Postal and telecommunications services Other Services
22110000 Printed books Printed books, brochures and leaflets
22100000 Printed books, brochures and leaflets Printed matter and related products
30199710 Printed envelopes Paper stationery and other items
30199700 Printed stationery except forms Paper stationery and other items
48824000 Printer servers Servers
30232100 Printers and plotters Peripheral equipment
79823000 Printing and delivery services Services related to printing
79824000 Printing and distribution services Services related to printing
79800000 Printing and related services Business services: law, marketing, consulting, recruitment, printing and security
22610000 Printing ink Ink
30197630 Printing paper Small office equipment
79810000 Printing services Printing and related services
48331000 Project management software package Scheduling and productivity software package
79342200 Promotional services Marketing services
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
32353100 Records Sound recordings
79996100 Records management Business organisation services
79520000 Reprographic services Office-support services
79999000 Scanning and invoicing services Miscellaneous business-related services
79999100 Scanning services Scanning and invoicing services
35121000 Security equipment Surveillance and security systems and devices
48730000 Security software package Software package utilities
48820000 Servers Information systems and servers
79820000 Services related to printing Printing and related services
30191400 Shredders Office equipment except furniture
34928470 Signage Road furniture
72263000 Software implementation services Software-related services
48000000 Software package and information systems Computer and Related Services
63121000 Storage and retrieval services Storage and warehousing services
63120000 Storage and warehousing services Cargo handling and storage services
44613400 Storage containers Large containers
48782000 Storage management software package System, storage and content management software package
39173000 Storage units Shop furniture
72250000 System and support services Software programming and consultancy services
50324100 System maintenance services Support services of personal computers
48781000 System management software package System, storage and content management software package
48780000 System, storage and content management software package Software package utilities
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
32412100 Telecommunications network Communications network
32524000 Telecommunications system Telecommunications cable and equipment
50332000 Telecommunications-infrastructure maintenance services Maintenance services of telecommunications equipment
32551100 Telephone connections Telephone cables and associated equipment
32429000 Telephone network equipment Network equipment
30125100 Toner cartridges Parts and accessories of photocopying apparatus
63524000 Transport document preparation services Transport agency services
48760000 Virus protection software package Software package utilities
72212224 Web page editing software development services Programming services of application software
48224000 Web page editing software package Internet and intranet software package
72212222 Web server software development services Programming services of application software
48222000 Web server software package Internet and intranet software package
72413000 World wide web (www) site design services Provider 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:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.