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

Fit-Out Works- 78 High Street, Porthmadog, LL49 9NW

  • First published: 24 November 2021
  • Last modified: 24 November 2021

Contents

Summary

OCID:
ocds-kuma6s-116162
Published by:
Careers Wales
Authority ID:
AA0504
Publication date:
24 November 2021
Deadline date:
26 November 2021
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Description of project The refurbishment of the ground floor of 78 High Street Porthmadog, LL49 9NW. The works will consist of: - • Removal of shop flooring, high level glazing, wall linings, electrical, electrical distribution boards, plumbing, alarm systems services of 78 High Street Porthmadog LL49 9NW. • The mechanical / electrical design of 78 High Street. • The fitting out of 78 High Street. • Building control design approval of 78 High Street The project is Notifiable under CDM 2015

Full notice text

CONTRACT NOTICE – NATIONAL

WORKS

1 Authority Details

1.1

Authority Name and Address


Careers Wales

unit 4 churchill house, 17 Churchill Way,

CARDIFF

CF10 2hh

UK

Mr Dean Watkins

+44 7890274820


http://www.careerswales.gov.wales
www.sell2wales.gov.wales
www.sell2wales.gov.wales

1.2

Address from which documentation may be obtained


Careers Wales

unit 4 churchill house, 17 Churchill Way,

CARDIFF

CF10 2HH

UK


+44 7890274820


http://www.careerswales.gov.wales

1.3

Completed documents must be returned to:


Careers Wales

unit 4 churchill house, 17 Churchill Way,

CARDIFF

CF10 2hh

UK


+44 7890274820


http://www.careerswales.gov.wales

2 Contract Details

2.1

Title

Fit-Out Works- 78 High Street, Porthmadog, LL49 9NW

2.2

Description of the goods or services required

Description of project

The refurbishment of the ground floor of 78 High Street Porthmadog, LL49 9NW.

The works will consist of: -

• Removal of shop flooring, high level glazing, wall linings, electrical, electrical distribution

boards, plumbing, alarm systems services of 78 High Street Porthmadog LL49 9NW.

• The mechanical / electrical design of 78 High Street.

• The fitting out of 78 High Street.

• Building control design approval of 78 High Street

The project is Notifiable under CDM 2015

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=116162.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

2.3

Notice Coding and Classification

45000000 Construction work
45300000 Building installation work
45310000 Electrical installation work
45311000 Electrical wiring and fitting work
45311100 Electrical wiring work
45311200 Electrical fitting work
45315000 Electrical installation work of heating and other electrical building-equipment
45315600 Low-voltage installation work
45330000 Plumbing and sanitary works
45331000 Heating, ventilation and air-conditioning installation work
45331210 Ventilation installation work
45332200 Water plumbing work
1012 Gwynedd

2.4

Total quantity or scope of tender

The contractor is to price all elements of work detailed

in the outline schedule of refurbishment below

included with a break down of units of measure for

each activity. The drawings are indicative and all

measurements and quantities should be checked on

site at all times. Where a Qty is shown as a M2, Lm or

Sum a rate and unit measure must be included.

Included

1.2

The works will take place within an existing building

which will not be occupied for the duration of the

works. The adjoining buildings are all occupied. A high

standard of behaviour and cleanliness will be expected

on site. Any operatives or sub-contractors against

whom a justifiable complaint is made will be excluded

from the building and site, the contractor being

responsible for. The works are to cause as little

inconvenience as possible to occupants and their

visitors in the buildings next door. The Contractor shall

be held responsible for any claims which may arise as

a result or disregard for this item. The next door

buildings will remain in occupation for the duration of

the works.

1.3

All site operatives are to be suitably dressed and be

presentable at all times. The only access to the

building is via the ground floor front and rear (site)

entrance's and appearance and behaviour will be

monitored at all times. The contractor is to make a

allowance for site PPE on site at all times.

1.4

Before commencing work the contractor shall provide

to the contract administrator a photographic schedule

of condition with descriptions of all parts of the

premises outside the works area to include the front

entrance, roof, parking areas, pavements and access

doors, and internal areas including ceiling voids. If the

contractor does not advise the client of any damage

before works commences it will be assumed that

damage has occurred during the contract works and

the contractor will be responsible for any necessary

repairs at the contractors expense.

1.5

The contractor shall provide a detailed site specific

method statements and risk assessments to the client

before proceeding with works

1.6

Undertake full deep clean of the subject site and all

areas affected, including existing glass affected by the

works upon completion. All cleaning should be

undertaken once all works are complete and the site

has been vacated by all other trades.

1.7

The Contractor shall ensure that all temporary

protection/screening and the like is provided

throughout the duration of the works such shall all

dust, debris and the like is confined to the working

areas. Full working methods are to be agreed with

prior to works commencing on site. This is particular

relevant t around the corridor area between the shop

mezzanine and office mezzanine.

1.8

On site storage of materials etc. is to be undertaken

within the confines of the site area only. No storage

will be permitted within the common areas including

the ground floor, lift landing lobbies and stairwells car

park.

1.9

All common / outside areas are to be kept clean and

free of debris at all times. Any damage caused by the

Contractors should be rectified at his/her own expense

and to the satisfaction of the client.

1.10

3 numbers skips with permits are required for the

duration of the project. If more are required the

contactor to supply these FOC. 1 number skip at a time

can be positioned to the front of the property on the

main road at any one time. The contractor shall

provide skips throughout the generation of the project

to removal all waste materials and the skips area to be

covered skips and take all reasonable precautions to

prevent unlawful access to the skip contents outside

of normal business hours.

1.11

Security fencing is to be erected around the skip

throughout the project duration. Sum

1.12

The contractor should provide a daily onsite manager

for 32 days throughout the duration of the project. Day Rate £

1.13

The Contractor shall at his own expense observe and

comply with Control of Substances Hazardous to

Health & Regulation 1998 and all other acts of

Parliament, instruments, rules, orders, regulations,

bylaws and any other updates and amendments

thereof. The Client will not accept liability for any theft

or damage during works in progress.

The Contractor shall take all reasonable precautions

for safeguarding their employees and other persons

and property affected by both execution of the

contract. The contractor is liable for on site tool

security storage at all times.

1.15

The contractor is to provide all high level and low level

access equipment throughout the project . Sum £

1.16

The contractor will be provided with a key to the

building for the duration of the works. The contractor

will be responsible for securing the building at the end

of each working day and will be responsible for setting

the security alarm and maintaining for the duration of

the works.

1.17

The contractor will be required to deep clean the toilet

on completion Sum £

1.18

All making good shall be executed with materials on

workmanship to match in every respect the

surrounding works.

1.19

Any excessively noisy works e.g. drilling into the

building structure, are to be carried out after 8:30 am

and before 5:00 pm.

1.20

Unless advised otherwise any item specified to be

removed should be removed from the building and

deposited at a licenced tip.

1.21

The contractor shall provide temporary fire alarm

system for the duration of the contract in working

hours.

1.22 Site safety signage to be erected throughout the

project duration

1.23

The contractor project team shall hold a weekly site

progress meeting throughout the duration of the

project with the client and the clients team. The

meeting is to be held on site in a defined safe area and

the loose furniture and PPE to be provided by the

contactor

1.24

The Health and Safety File must be compiled by the

Contractor. The document must be ‘user friendly’ and

where relevant to this project include the information

outlined in the CDM Regulations 2015

The client will require one hard and one electrical

copy.

1.25

The Contractor is to appoint a suitably qualified

experienced and resourced specialist sub-contractor to

carry out a R&D Asbestos Survey. Sum £

1.26

The Contractor is to appoint a suitably qualified

experienced and resourced specialist sub-contractor to

carry out drawing and site assessments and inspection

to insure all works comply to the latest building

control regulation and issue a final certificate on

project completion

1.27 Clean external / Internal shop front glass work

2 Soft Strip Rate Qty Unit of measure

2.1

Uplift and remove all existing floor coverings (Carpet &

Vinyl) and stair nosing's throughout the ground floor. M2 £

2.2

Dismantle and remove existing toilet facilities and all

associated plumbing and pipe works back to point of

entry

2.3 Dismantle and remove all timber skirting Sum £

2.4 Dismantle and remove existing cupboard housing the

electrical meter

2.5 Create wall penetrations to allow rear wire Sum £

Section Total £ -

3.00 Floor Coverings Rate Qty Unit of measure £

3.1

Supply and install Tarkett Essence structure carpet

tiles throughout the ground floor in a Ashlar

formation. Allowance to be made for sub clean and

the manufactures recommended adhesive. All areas to

be adhesive, not to be loose laid.

3.2

Supply and install gradus steel transition edge trims

between carpet transition detail and LVT or Sheet

Floor detail throughout

3.3

Supply and install Tarkett ID55 Plank tiles in the

ground floor tea point area and corridor leading to the

WC. Allowance to be made for sub floor clean, prime,

latex laid on the manufactures recommended

adhesive. All areas to be adhesive, not to be loose laid.

3.4

Supply and install Tarkett Protect entrance matting to

ground entrance reception area. Allowance to be

made for sub floor clean, prime and latex and to be

laid on the manufactures recommended adhesive. All

areas to be adhesive, not to be loose laid.

3.5

Allowance for self levelling floor preparation as

required to the all areas, all sub floors to be tested for

moisture levels before applying acrylic primer and

fibre reinforced screed at minimum 3mm thickness

4.0 Ceilings Rate

4.1

Supply and install white Sherman & Young trim 44x18

to all dry lined walls in the ground floor

Included

4.2

Supply and install white Armstrong Prelude 24mm

ceiling grid and Dune Supreme Tegular ceiling tiles in

the front area of the ground floor

4.3

Supply and install tegular blocks to the ground floor.

Included

5.0 Partitions / Wall Lining / Doors Sets Rate Qty Unit of measure £

5.1

Supply and install TE powder coated Ocula

demountable partition system constructed to the

manufactures written specification of build to the

ground / front floor area. The system is to include

powder coated aluminium head / wall channels at

ceiling and wall junctions, diagonal cut where

required. 50mm Acoustic insulation to all cavity's

throughout. All partition door frames are to be

powder coated DDA compliant slim line door frame

with mitre locking corners.

5.2

Supply and install Ocula diagonal cut demountable

single glazed heat soaked toughed glass partitions

constructed to the manufactures written specification

of build to the ground floor. Polished edges and dry

joints at glass junctions. All toughened glass is to be

secured in place with a single glazed powder coated

channel and held in place with a friction fit glazing

gasket.

5.3

Supply and install 44m colour washed oak veneer

926mmxFH mmx44mm solid core doors with hard

wood colour washed oak edging to the ground floor

demountable partitions. Doors to have x3 roller

bearing hinges, stainless steel 600mmm T handle,

600mm finger push plates, radius corner overhead

door closer with cover and cylinder floor mounted

door stops. All iron monger to be stainless steel.

5.4

Supply and install wall linings to all perimeter walls to

front office area and create new Fire rated dry lined

distribution cuboard and double door set. Sum £

6.0

Timber Skirting Works

6.1

Supply and install pre undercoated 100mm high soft

wood timber skirting to all perimeter walls. Lm £

6.2

Supply and install pre undercoated 100mm high soft

wood timber skirting to all partition walls.

3 Conditions for Participation

3.1

Minimum standards and qualification required

Planning and managements including H&S goals:

At all stages of planning and management of construction works should be undertaken giving

due regard to health and safety, through liaison with and engagement of, the Project

Manager and Principal Designer.

The Principal Contractor is to ensure the following:

• Contractors have sufficient numbers of experienced and competent site managers

• The proposed site manager(s) are inducted, trained and fully conversant with their HSE

management procedures

• They have the necessary resource to allocate to these projects

• They have sufficient mobilisation time to achieve the scheduled start on site

• The programme is realistic to complete the projects in line with the anticipated handover

date.

Prior to practical completion and prior to handover; the Principal Contractor has maintained

suitable and sufficient management and co-ordination procedures for health and safety. The

construction site is the responsibility of the Principal Contractor until successful handover has

been granted and any visitors need to be managed by the Principal Contractor, accordingly,

including suitable site induction, areas of work etc.

H&S Goals

The primary health and safety objective for this programme of works is to ensure that

adequate actions and precautions are taken to prevent harm being caused to those carrying

out construction work and others who may be affected.

Communication and liaison between Client and others:

All those in control of construction work are required to provide workers (including the

self-employed) under their control, with any information that they require to carry out the

work safely and without risk to health.

The Principal Contractor shall ensure that all workers are provided with a suitable, site specific

induction to inform them of the arrangements for health, safety and welfare at their work site.

This should include any relevant findings resulting from risk assessment, including risks arising

from activities of other operatives working nearby. Site rules should be explained along with

the procedures to be followed in the event of any worker finding themselves in a position of

serious and imminent danger.

Arrangements for worker engagement on site should always be tailored to the size and nature of

the project and risks involved. On smaller sites, informal arrangements for collecting workers'

views can be effective, e.g. by arranging reviews of method statements immediately before the

work itself is carried out. Contractors may need to make special arrangements for workers for

whom English is a second language, or who are unable to read English.

The Principal Contractor has a specific duty to make and maintain arrangements to enable

effective co-operation and consultation between themselves, contractors and workers.

Arrangements made in respect of co-operation and consultation with workers on site should

be recorded by the Principal Contractor and included in the construction phase plan. Such

arrangements will require regular review and updating, as circumstances on site change.

Such arrangements need to cover all workers effectively, including those who may only be on

site for brief periods. The arrangements should be proportionate to the size and complexity of

the work, the scale of hazards and the size of the workforce. The Principal Contractor shall

implement a range of mechanisms to ensure that on-site consultation is effective. This could

include regular consultation meetings, consultation during inductions, daily briefings, toolbox

talks etc.

Security of site:

The Principal Contractor shall have sole responsibility to ensure that the working area is

secured and fenced off throughout the duration of the works.

Welfare provision:

Welfare arrangements are to be in accordance with Regulation 13 (4) (c) and Regulation 15

(11) of the CDM2015 and are to be commensurate with the site undertaking.

Minimum requirements are as follows:

• Toilets

• Washing facilities

• Hot and cold running water

• Drying room

• Mess room

• Drinking Water

It is proposed that the Principal Contractor will not be given the use of the existing welfare

facilities and the principle contractor would have to provide is own welfare units.

Adequate first aid facilities are to be maintained on site and at least one appointed person is

to be in attendance during site hours. Compliance shall be in accordance with “The Health

and Safety (First Aid) Regulations 1981”.

As a minimum, a suitable first aid kit, eye wash and a burns kit should be provided.

H&S client employees, customers, others

Site hoarding requirement:

The Principal Contractor must take necessary steps to prevent access by unauthorised

persons and a suitable barrier/fencing should be erected proportional to the risk imposed to

the front and rear of the building.

Site hoarding, transport vehicle movement restrictions:

The Principal Contractor is to make adequate provision for control of site transport and is to

ensure that there is a suitable and sufficient Traffic Plan is developed to ensure that residents

using the surrounding areas are not endangered by vehicle movements (e.g. deliveries, removal

of waste).

If possible, the deliveries should be programmed out of the rush hour.

Specific arrangements will be explored and agreed at the pre-start meeting. All deliveries will

require a banksman to be present.

All Contractors staff will need to make arrangements for parking off-site.

Existing procedures, permit-to-work systems:

Where appropriate; a permit-to-work system is to be adopted for works on electrical services,

hot works, works in confined spaces or any other high-risk activities identified. Daily 'hot work

permits' will be required where welding, cutting, grinding and the use of naked flames is

required. Plant, equipment or flammable materials must be covered with flame retardant

materials (or removed) in areas where 'hot work permits' are in operation. In this case,

continuous flammable atmosphere monitoring may be required, and a fire watch maintained

both during and for a period after the hot works have ceased. The site manager would have to

issue the permits.

Fire precautions, emergency procedures:

In the event of an incident (other than general first aid) the Principal Contractor must follow

their company procedures, and ensure that the Client’s representative is advised of any incident

as quickly and as early as possible so that the Medical Centre can take appropriate action.

The affected areas are to be secured and not disturbed until a thorough investigation has been

carried out or approval has been given by the Client representative to continue accessing the

area has been given.

The avenues of escape and assembly points are to be indicated on a drawing in the Construction

Phase Plan (CPP) for the site and the Principal Contractor shall describe the method they intend

to use to raise the alarm in the event of Fire or other emergencies when a site evacuation may

be required. The Principal Contractor’s arrangements must include a ‘cause and effect’ analysis

with adjacent premises and their operations.

Emergency contact details for key staff (e.g. Fire Wardens / First Aiders etc.) must be

incorporated in the CPP’s emergency arrangements section. Emergency arrangements must also

be displayed in all prominent working areas and form part of the induction / toolbox talk

procedure.

The PC is to maintain a site register and visitors book at all times.

No Smoking will be permitted within the building and the external areas.

Emergency Procedures and Means of

Escape: Hospital with A&E:

Ysbyty Alltwen NHS Wales

Tremadog

Gwynedd

LL49 9AQ

Tel: 03000 0850027

Fire Station:

Fire Station

Porthmadog

LL49 9HR

Tel: 999

Police Station:

North Wales Police

High Street

Porthmadog

LL49 9NU

Tel: 999

The principal contractor should develop their own site emergency plan as part of their CPP and also have

their own suitable first aid personnel and equipment on site at all times

4. Environmental Design & Construction Hazards

Adjacent land uses:

The site is on a commercial high street and consideration must be given to the

neighbourhood.

Hazardous materials:

It is not anticipated that the Principal Contractor will encounter any stored hazardous

materials left by the Client on this project.

Existing services:

The Principal Contractor must make suitable and sufficient enquiries and investigations prior to

starting work to ensure that all services have been identified and made safe and any hazardous

conditions have been identified and controlled. All services must be treated as LIVE, until

checked and tagged by a competent person.

Existing structures:

Terraced two storey office building with residential

property above

Previous modifications, fire damage …etc:

None noted.

Health hazards

Asbestos:

Asbestos present a survey must be undertaken by the principle contractor

before works begin on site.

The Control of Asbestos Regulations 2012

The regulations require mandatory training for anyone liable to be exposed to asbestos fibres

at work (see regulation 10). This includes maintenance workers and others who may come

into contact with or who may disturb asbestos (e.g. cable installers) as well as those involved

in asbestos removal work.

All employers have a legal duty to prevent the exposure of their employees to asbestos, or if

this is not possible to reduce it to the lowest possible level. The Control of Asbestos

Regulations 2012 requires them to manage the risk from asbestos

Notwithstanding the results of any survey; if during the course of the works any further

suspect material is discovered, then the work must be stopped immediately and advice

sought from the Client.

The Principal Contractor must keep the Project Manager and the Principal Designer & Client

informed of any incident and action plans.

Hazardous materials:

Dust

The Principal Contractor is required to take steps generally to control the emission of dust by,

careful selection of work techniques and methods for example damping down, however, where

creation of dust is unavoidable and damping down techniques cannot be used, appropriate

Personal / Respiratory Protective Equipment (R/PPE) is to be worn by operatives and suitable

methods for the protection of the public should be identified. These arrangements will need to

include arrangements for face fit testing as necessary.

Noise and Vibration

The Principal Contractor should outline their proposals in his CPP for noise and vibration control,

both in respect of being a hazard to the health of site personnel, and as a potential operational,

public, or statutory, nuisance.

Use of Substances Hazardous to Health

Common materials used during construction may present health and safety hazards requiring

the Principal Contractor to carry out COSHH or other risk assessments and to introduce control

measures which should be included in their CPP.

SIGNIFICANT DESIGN AND CONSTRUCTION HAZARDS

Design assumptions and control measures:

See Hazard risk register

Co-ordination of ongoing design:

All changes to design, work methodology and sequences for assembly etc. that have specific

safety implications must be reported to the contract the client as practicable to do so.

Significant risks identified:

The Principal Contractor should address the following significant risks associated with the design.

It is essential that the programme construction phase plan properly addresses the issues related

below in the form of safe systems of work before the work commences on site.

Summary of significant risks identified through design:

Working at height;

Manual handling of materials and equipment

Interface with members of the public (deliveries)

Hot works;

Busy road and limited parking;

Noise, Vibration;

Slips, trips and falls

Limited working areas

Asbestos

Safe systems of work:

The Principal Contractor is to develop Safe Systems of work depending on the work being

undertaken. Suitable operatives should be used depending on their skills, knowledge, experience

and training.

5. THE HEALTH AND SAFETY FILE

The Health and Safety File must be compiled by the Principal Designer. A draft will be issued with this

PCI. The document must be ‘user friendly’ and where relevant to this project include the information

outlined in the CDM Regulations 2015.

The client will require one hard and one electrical copy.

A typical suggested outline requirement of the H&S File is as follows. It should be noted however that

all projects differ and therefore not all those headings below will be applicable:

1.0 INTRODUCTION

1.1 Purpose and updating the File

1.2 File development history

2.0 NATURE OF THE PROJECT

2.1 Main Participant Index

2.1.1 Key Participants

2.1.2 Sub-Contractors

2.2 Site location

2.3 Nature of construction work carried out

2.4 Timescale of the construction

2.5 Statutory approvals / consents

2.6 Current use of site

2.7 Third Parties occupying the site

2.8 Existing drawings / documents

3.0 EXISTING ENVIRONMENT

3.1 Known land uses and related restrictions

3.2 Known services

3.3 Known structures

3.4 Known traffic systems and restrictions

3.5 Ground conditions / contamination

3.6 Planning and other restrictions applicable to the site

3.7 Known asbestos status

3.8 Existing Drawings

4.0 RULES OR RESTRICTIONS ON FUTURE WORKS

4.1 Rules and restrictions

4.2 Client matters

5.0 SPECIFIC PROJECT 1 PARTICULARS

5.1 As built information

5.1.1 Designer

5.1.2 Structural Engineer

5.1.3 Other

5.2 Mechanical installations

5.3 Electrical installations

5.4 Fire

5.5 Specialist installations

5.6 Risk identification for future works

5.6.1 General advice

5.6.2 Specific advice

6.0 ADDITIONAL INFORMATION

7.0 APPENDIX

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

N/a

4.3

Time Limits

Time-limit for receipt of completed tenders
    26-11-2021  Time  13:00

Estimated award date
 03-12-2021

4.5

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

EN  CY 

4.6

Tender Submission Postbox

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx

5 Other Information

5.1

Additional Information

(WA Ref:116162)

5.2

Additional Documentation

CAR00GA00
CAR00GA01
Porthmadog - Form of Agreemnet
Porthmadog - Pre Construction Information
Porthmadog Office Refurbishment Hazard Risk Register
Porthmadog Outline Schedule Of Refurbishment
Porthmadog Tender Technical Questions

5.3

Publication date of this notice

 24-11-2021

Coding

Commodity categories

ID Title Parent category
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45311200 Electrical fitting work Electrical wiring and fitting work
45310000 Electrical installation work Building installation work
45315000 Electrical installation work of heating and other electrical building-equipment Electrical installation work
45311000 Electrical wiring and fitting work Electrical installation work
45311100 Electrical wiring work Electrical wiring and fitting work
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45315600 Low-voltage installation work Electrical installation work of heating and other electrical building-equipment
45330000 Plumbing and sanitary works Building installation work
45331210 Ventilation installation work Heating, ventilation and air-conditioning installation work
45332200 Water plumbing work Plumbing and drain-laying work

Delivery locations

ID Description
1012 Gwynedd

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 November 2021
Deadline date:
26 November 2021 00:00
Notice type:
Contract Notice
Authority name:
Careers Wales
Publication date:
04 August 2022
Notice type:
Contract Award Notice
Authority name:
Careers Wales

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
24/11/2021 16:41
Post box
The post box has now been activated

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

pdf
pdf233.97 KB
This file may not be accessible.
pdf
pdf221.96 KB
This file may not be accessible.
pdf
pdf349.83 KB
This file may not be accessible.
pdf
pdf351.82 KB
This file may not be accessible.
pdf
pdf95.63 KB
This file may not be accessible.
pdf
pdf299.31 KB
This file may not be accessible.
pdf
pdf957.16 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.