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 Award Notice

Fire and Intruder Alarms & Fire Protection Equipment

  • First published: 19 November 2022
  • Last modified: 19 November 2022

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-03008e
Published by:
EFFICIENCY EAST MIDLANDS LIMITED
Authority ID:
AA80953
Publication date:
19 November 2022
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Lot 1 has been created to support Members located in the Midlands meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.

The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.

• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).

• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).

• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).

• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxillary Relays, Loop Sounders)

• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.

• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs.

• Aspirating System Installations, Upgrades, Maintenance and Repairs.

• Fire Protection Equipment Supply, Maintenance, and Refill

o Fire Extinguishers

o Fire Hydrants

o Fire Dampers

o Fire Shutters

o Fire Blankets

o Fire Evacuation Chairs

o Hose Reels, Inlets, Valves and Nozzles

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

EFFICIENCY EAST MIDLANDS LIMITED

07762614

Unit 3, Maises Way

Alfreton

DE55 2DS

UK

Contact person: Roger Martin

Telephone: +44 1246395610

E-mail: tenders@eem.org.uk

NUTS: UK

Internet address(es)

Main address: https://eem.org.uk/

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire and Intruder Alarms & Fire Protection Equipment

Reference number: EEM0067

II.1.2) Main CPV code

50413200

 

II.1.3) Type of contract

Services

II.1.4) Short description

Efficiency East Midlands Ltd (EEM) is a not for profit consortium which establishes and manages a range of framework and DPS agreements. Our membership has now grown to 285 public sector organisations including housing associations and ALMO's, Local Authorities, NHS trusts, Education Providers, Blue Light Services, Government Agencies and Charities.

EEM have also established a formal collaboration with 3 like minded procurement consortia - Westworks, South East Consortium and Advantage South West.

The membership list for these three consortia may be obtained from the following website addresses:

www.westworks.org.uk (https://www.westworks.org.uk)

www.southeastconsortium.org.uk (https://www.southeastconsortium.org.uk)

www.advantagesouthwest.co.uk (https://www.advantagesouthwest.co.uk)

EEM have conducted this tender exercise to create a Fire & Intruder Alarms, and Fire Protection Equipment Framework to replace the existing framework.

The framework has been split into geographical lots:

• Lot 1 - Midlands

• Lot 2 - Greater London

• Lot 3 - National Coverage

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 600 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Midlands

II.2.2) Additional CPV code(s)

31518200

31625100

31625200

31625300

35111000

39525400

44115500

44221220

44482100

44482200

45312100

45312200

45343100

45343200

45343210

45343220

45343230

50413200

50700000

51700000

75251110

79711000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

Lot 1 has been created to support Members located in the Midlands meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.

The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.

• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).

• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).

• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).

• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxillary Relays, Loop Sounders)

• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.

• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs.

• Aspirating System Installations, Upgrades, Maintenance and Repairs.

• Fire Protection Equipment Supply, Maintenance, and Refill

o Fire Extinguishers

o Fire Hydrants

o Fire Dampers

o Fire Shutters

o Fire Blankets

o Fire Evacuation Chairs

o Hose Reels, Inlets, Valves and Nozzles

II.2.5) Award criteria

Quality criterion: MS1.1 Statement of Experience / Weighting: 10%

Quality criterion: MS1.2 Resource Capacity and Competence / Weighting: 10%

Quality criterion: MS1.3 Servicing and Maintenance / Weighting: 10%

Quality criterion: MS2.1 Contract Management / Weighting: 7.5%

Quality criterion: MS2.2 Customer Care and Tenant Liaison / Weighting: 7.5%

Quality criterion: MS2.3 WasteManagement / Weighting: 5%

Quality criterion: MS2.4 Management of Risk & Health and Safety / Weighting: 10%

Quality criterion: MS2.5 Supply Chain / Weighting: 5%

Quality criterion: MS2.6 Carbon Reduction and Sustainability / Weighting: 5%

Quality criterion: MS2.7 Social Value / Weighting: 5%

Quality criterion: MS3.1 Service Case Study / Weighting: 7.5%

Quality criterion: MS3.2 Installation Case Study / Weighting: 7.5%

Quality criterion: MS4.1 Working With Procurement Consortia / Weighting: 5%

Quality criterion: MS4.2 Pricing / Weighting: 5%

Cost criterion: Fire Alarm System Servicing & Maintenance / Weighting: 10%

Cost criterion: Intruder Alarm System Servicing & Maintenance / Weighting: 10%

Cost criterion: Sprinkler Servicing & Maintenance / Weighting: 10%

Cost criterion: Emergency Lighting Servicing & Maintenance / Weighting: 7.5%

Cost criterion: Schedule of Rates / Weighting: 10%

Cost criterion: Install Scenario / Weighting: 2.5%

Cost criterion: Servicing Scenario / Weighting: 10%

Cost criterion: Callout and Labour Rates / Weighting: 5%

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

London

II.2.2) Additional CPV code(s)

31518200

31625100

31625200

44221220

44482100

44482200

45312100

45312200

45343200

45343210

45343220

45343230

50413200

50700000

51700000

75251110

79711000

II.2.3) Place of performance

NUTS code:

UKI

II.2.4) Description of the procurement

Lot 2 has been created to support Members located in Greater London meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.

The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.

• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).

• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).

• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).

• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxiliary Relays, Loop Sounders).

• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.

• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs..

• Aspirating System Installations, Upgrades, Maintenance and Repairs.

• Fire Protection Equipment Supply, Maintenance, and Refill

o Fire Extinguishers

o Fire Hydrants

o Fire Dampers

o Fire Shutters

o Fire Blankets

o Fire Evacuation Chairs

o Hose Reels, Inlets, Valves and Nozzles

o Safety Signs

• Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades.

• Automatic Opening Vents (AOVs) Maintenance, Repairs and System Upgrades.

• Fire Door Inspection Services

II.2.5) Award criteria

Quality criterion: Statement of Experience / Weighting: 10%

Quality criterion: Resource Capacity and Competence / Weighting: 10%

Quality criterion: Servicing and Maintenance / Weighting: 10%

Quality criterion: Contract Management / Weighting: 7.5%

Quality criterion: Customer Care and Tenant Liaison / Weighting: 7.5%

Quality criterion: Waste Management / Weighting: 5%

Quality criterion: Management of Risk and Health and Safety / Weighting: 10%

Quality criterion: Supply Chain / Weighting: 5%

Quality criterion: Carbon Reduction and Sustainability / Weighting: 5%

Quality criterion: Social Value / Weighting: 5%

Quality criterion: Servicing and Maintenance Case Study / Weighting: 7.5%

Quality criterion: Installation Case Study / Weighting: 7.5%

Quality criterion: Working with Procurement consortia / Weighting: 5%

Quality criterion: Pricing / Weighting: 5%

Cost criterion: Fire Alarm System Servicing and Maintenance / Weighting: 10%

Cost criterion: Intruder Alarm System Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Sprinkler System Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Emergency Lighting Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Schedule of Rates / Weighting: 10%

Cost criterion: Install Scenario / Weighting: 2.5%

Cost criterion: Servicing Scenario / Weighting: 10%

Cost criterion: Call out and Labour Rates / Weighting: 5%

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

National Coverage

II.2.2) Additional CPV code(s)

31518200

31625000

35111000

39525400

44115500

44221220

44482100

44482200

45312100

45312200

45343100

45343200

45343210

45343220

45343230

50413200

50700000

51700000

75251110

79711000

II.2.3) Place of performance

NUTS code:

UKC

UKD

UKE

UKH

UKJ

UKK

UKL

II.2.4) Description of the procurement

Lot 3 has been created to support Members located throughout England and Wales meet legal obligations to ensure compliance in meeting current legislation and guidance for fire safety system installations and maintenance.

The framework will provide EEM Members with a route to procure the works listed below and maintenance will include planned and reactive maintenance.

• Fire Alarm Systems Service and Maintenance (Conventional, Addressable, Analogue Addressable and Wireless).

• Fire Alarm Systems Upgrades and New System Installations (Conventional, Addressable, Analogue Addressable and Wireless).

• Detection Devices (Smoke, Flame, Heat, Carbon Monoxide, Multi-Sensor and Manual Call Points).

• Output Devices (Warning System/Bell Relays, Door Holder Relays, Auxiliary Relays, Loop Sounders).

• Intruder Alarm System Installations, Upgrades, Maintenance and Repairs.

• Sprinkler, Misting and Suppression Systems Retrofitting Works, New Installations, Maintenance and Repairs.

• Aspirating System Installations, Upgrades, Maintenance and Repairs.

• Fire Protection Equipment Supply, Maintenance, and Refill

o Fire Extinguishers

o Fire Hydrants

o Fire Dampers

o Fire Shutters

o Fire Blankets

o Fire Evacuation Chairs

o Hose Reels, Inlets, Valves and Nozzles

o Safety Signs

• Dry and Wet Riser Systems, Maintenance, Repairs and System Upgrades.

II.2.5) Award criteria

Quality criterion: Statement of Experience / Weighting: 10%

Quality criterion: Resource Capacity and Competence / Weighting: 10%

Quality criterion: Servicing and Maintenance / Weighting: 10%

Quality criterion: Contract Management / Weighting: 7.5%

Quality criterion: Customer Care and Tenant Liaison / Weighting: 7.5%

Quality criterion: Waste Management / Weighting: 5%

Quality criterion: Management of Risk and Health and Safety / Weighting: 10%

Quality criterion: Supply Chain / Weighting: 5%

Quality criterion: Carbon Reduction and Sustainability / Weighting: 5%

Quality criterion: Social Value / Weighting: 5%

Quality criterion: Servicing and Maintenance Case Study / Weighting: 7.5%

Quality criterion: Installation Case Study / Weighting: 7.5%

Quality criterion: Working with Procurement Consortia / Weighting: 5%

Quality criterion: Pricing / Weighting: 5%

Cost criterion: Fire Alarm System Servicing and Maintenance / Weighting: 10%

Cost criterion: Intruder Alarm System Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Sprinkler System Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Emergency Lighting Servicing and Maintenance / Weighting: 7.5%

Cost criterion: Schedule of Rates / Weighting: 10%

Cost criterion: Install Scenario / Weighting: 2.5%

Cost criterion: Servicing Scenario's / Weighting: 10%

Cost criterion: Callout and Labour Rates / Weighting: 5%

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 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

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

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-013592

Section V: Award of contract

Lot No: Lot 1

Title: Midlands

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/10/2022

V.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 9

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Fieldway Group

5743944

Unit 12, Paramount Business Park, Wilson Road,

Liverpool

L36 6AW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ventro Ltd

8765695

Aquilam House, 7 Darklake View Estover,

Plymouth

PL6 7TL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Allied Protection Ltd

2504054

Crossways Point, 15 Victory Way, Crossways Business Park,

Dartford

DA2 6DT

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Briggs Fire and Security Ltd

10448718

7 Sandy Court, Ashleigh Way, Langage Business Park,

Plymouth

PL7 5JX

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Open View Security Solutions Ltd

3376202

Openview House, Chesham Close,

Romford

RM7 7PJ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

ABCA Systems Ltd

6294877

Unit 24 Mylord Crescent, Camperdown Industrial Estate;

Killingworth

NE12 5UJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Churches Fire Security

2703471

Fire House, Chandlers Ford,

Chandlers Ford

SO53 4AR

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

DFP Services

4123832

One West Durham, St John Road, Meadowfield Indutrial Estate,

Durham

DH7 8RD

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Initial estimated total value of the contract/lot:

Total value of the contract/lot: : 200 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot number 2

Title: London

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/10/2022

V.2.2) Information about tenders

Number of tenders received: 13

Number of tenders received from SMEs: 9

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Fieldway Group

5743944

Unit 12, Paramount Business Park, Wilson Road,

Liverpool

L36 6AW

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ventro Ltd

8765695

Aquilam House, 7 Darklake View Estover,

Plymouth

PL6 7TL

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Allied Protection ta Sure Serve Fire & Electrical

2504054

Crossways Point, 15 Victory Way, Crossways Business Park

Dartford

DA2 6DT

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Briggs Fire & Security Ltd

10448718

7 Sandy Court, Ashleigh Way, Langage Business Park,

Plymouth

PL7 5JX

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Open View Security Solutions Ltd

3376202

Openview House, Chesham Close,

Romford

RM7 7PJ

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

ABCA Systems Ltd

6294877

Unit 24 Mylord Crescent, Camperdown Industrial Estate;

Killingworth

NE12 5UJ

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Churches Fire

2703471

Fire House,

Chandlers Ford

SO53 4AR

UK

NUTS: UKI

The contractor is an SME: No

V.2.3) Name and address of the contractor

Harmony Fire

10427303

Clark House, Higher Kingsbury,

Sherbourne

DT9 5EB

UK

NUTS: UKI

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 200 000 000.00  GBP

V.2.5) Information about subcontracting

Section V: Award of contract

Lot No: Lot 3

Title: National Coverage

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

24/10/2022

V.2.2) Information about tenders

Number of tenders received: 14

Number of tenders received from SMEs: 4

The contract has been awarded to a group of economic operators: Yes

V.2.3) Name and address of the contractor

Fieldway Group

5743944

Unit 12, Paramount Business Park, Wilson Road,

Liverpool

L36 6AW

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Ventro Ltd

8765695

Aquilam House, 7 Darklake View Estover,

Plymouth

PL6 7TL

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Briggs Fire & Security Ltd

10448718

7 Sandy Court, Ashleigh Way, Langage Business Park,

Plymouth

PL7 5 JX

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Allied Protection Ltd T/A SureServe Fire and Electrical Ltd

2504054

Crossways Point, 15 Victory Way, Crossways Business Park,

Dartford

DA2 6DT

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Openview Security Solutions Ltd

3376202

Openview House, Chesham Close,

Romford

RM7 7PJ

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

ABCA Systems Ltd

2504054

Unit 24 Mylord Crescent, Camperdown Industrial Estate;

Killingworth

NE12 5UJ

UK

NUTS: UK

The contractor is an SME: Yes

V.2.3) Name and address of the contractor

Churches Fire & Security

2703471

Fire House, Chandlers Ford, Hampshire, SO53 4AR

Chandlers Ford

SO53 4AR

UK

NUTS: UK

The contractor is an SME: No

V.2.3) Name and address of the contractor

Independent Testing Company Inc Ltd

8226393

26 Elmton Road, Creswell,

Worksop

S80 4ES

UK

NUTS: UK

The contractor is an SME: Yes

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 200 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The call-off contracts to be awarded pursuant to the framework agreements to be entered at conclusion of the procurement exercise may extend for a duration of up to 5 years beyond expiry of the 4-year framework term. Please note that the total potential framework value stated within this notice is in relation to the full 4-year framework and takes into consideration the lot structure, length of call off contracts and that the EEM membership may grow over the framework lifetime. Where the contract notice states a maximum of suppliers to be appointed to the Framework, this means within each lot. (EEM) on behalf of their members and the other organisations described below as being authorised users. The following contracting authorities will be entitled to agree and award contracts under this framework agreement as Authorised Users:

1) any Member of EEM which for the avoidance of doubt currently includes 3partners consortia

www.westworks.org.uk

(https://www.westworks.org.uk)

www.southeastconsortium.org.uk (https://www.southeastconsortium.org.uk)

www.advantagesouthwest.co.uk (https://www.advantagesouthwest.co.uk)

A full list of current members is available at

www.eem.org.uk (https://www.eem.org.uk)

2) any future member of EEM or our partner consortia and in all cases being an organisation which has applied to join EEM or our partner consortia in accordance with the applicable constitutional documents;

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2AS

UK

VI.5) Date of dispatch of this notice

18/11/2022

Coding

Commodity categories

ID Title Parent category
79711000 Alarm-monitoring services Security services
31625000 Burglar and fire alarms Sound or visual signalling apparatus
45312200 Burglar-alarm system installation work Alarm system and antenna installation work
31625300 Burglar-alarm systems Burglar and fire alarms
45343210 CO2 fire-extinguishing equipment installation work Fire-prevention installation works
31518200 Emergency lighting equipment Signalling lights
39525400 Fire blankets Miscellaneous manufactured textile articles
44221220 Fire doors Windows, doors and related items
44482100 Fire hoses Fire-protection devices
44482200 Fire hydrants Fire-protection devices
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
45343220 Fire-extinguishers installation work Fire-prevention installation works
35111000 Firefighting equipment Firefighting, rescue and safety equipment
45343200 Firefighting equipment installation work Fire-prevention installation works
75251110 Fire-prevention services Fire-brigade services
45343100 Fireproofing work Fire-prevention installation works
51700000 Installation services of fire protection equipment Installation services (except software)
50700000 Repair and maintenance services of building installations Repair and maintenance services
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus
44115500 Sprinkler systems Building fittings
45343230 Sprinkler systems installation work Fire-prevention installation works

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:
tenders@eem.org.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.