Sell2Wales.gov.wales uses cookies which are essential for the site to work. We also use non-essential cookies to help us improve government digital services. Any data collected is anonymised. By continuing to use this site, you agree to our use of cookies.

Accept cookies Cookie Settings

View Notice

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)

Add notice to my Sell2Wales Interest List

Notice Details

Title: Design, Supply and Installation of Roofing and Associated Works
OCID: ocds-kuma6s-104203
Published by: LHC for the Welsh Procurement Alliance (WPA)
Authority ID: AA61405
Publication Date: 05/10/2020
Deadline Date: 20/11/2020
Deadline Time: 12:00
Notice Type: 02 Contract Notice
Has Documents: No
Has SPD: No
Abstract: This Framework will cover the provision of:
- Flat roofing design, supply, installation and associated works.
- The removal of existing roof coverings, survey and design. Chosen manufacturer system products and design supported guarantees
- Supply and installation - pitched roof covering systems and associated components
The framework arrangement will be required for use in all types of public sector refurbishment and new build projects, including:
- Domestic dwellings
- Multi occupancy residential buildings (low/medium/high rise)
- Sheltered accommodation
- Educational establishments, schools, colleges, universities.
- Local government buildings
- Public offices
- Other public buildings
- NHS/Police/fire authority Buildings
- Small replacement work
CPV: 45260000, 45261100, 45261200, 45261210, 45261211, 45261212, 45261214, 45261920, 44112500, 45261215, 45261213, 45261100, 45261200, 45261210, 45261211, 45261212, 45261214, 45261920, 44112500, 45261215, 45261213, 45261100, 45261200, 45261210, 45261211, 45261212, 45261214, 45261920, 44112500, 45261215, 45261213, 45261100, 45261200, 45261210, 45261211, 45261212, 45261214, 45261920, 44112500, 45261215, 45261213, 45261100, 45261200, 45261210, 45261211, 45261212, 45261214, 45261920, 44112500, 45261215, 45261213, 45261100, 45261200, 45261210, 45261211, 45261212, 45261214, 45261920, 44112500, 45261215, 45261213, 45261100, 45261200, 45261210, 45261211, 45261212, 45261214, 44112500, 45261215, 45261213, 45261200, 45261100, 45261210, 45261211, 45261212, 45261214, 44112500, 45261215, 45261213.

Contract notice

Section I: Contracting authority

I.1) Name and addresses

LHC for the Welsh Procurement Alliance (WPA)

Regus House, Falcon Drive,

Cardiff

CF10 4RU

UK

Contact person: Danesh Sharma

Telephone: +44 1895274800

E-mail: danesh.sharma@lhc.gov.uk

NUTS: UK

Internet address(es)

Main address: http://www.lhc.gov.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA61405

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://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Other: Public sector Framework provider

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Design, Supply and Installation of Roofing and Associated Works

Reference number: RS4

II.1.2) Main CPV code

45260000

 

II.1.3) Type of contract

Works

II.1.4) Short description

This Framework will cover the provision of:

- Flat roofing design, supply, installation and associated works.

- The removal of existing roof coverings, survey and design. Chosen manufacturer system products and design supported guarantees

- Supply and installation - pitched roof covering systems and associated components

The framework arrangement will be required for use in all types of public sector refurbishment and new build projects, including:

- Domestic dwellings

- Multi occupancy residential buildings (low/medium/high rise)

- Sheltered accommodation

- Educational establishments, schools, colleges, universities.

- Local government buildings

- Public offices

- Other public buildings

- NHS/Police/fire authority Buildings

- Small replacement work

II.1.5) Estimated total value

Value excluding VAT: 20 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Traditional Flat Roofing (Supplier)

II.2.2) Additional CPV code(s)

45261100

45261200

45261210

45261211

45261212

45261214

45261920

44112500

45261215

45261213

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot is intended for Bidders who are roofing manufacturers / System Suppliers and who will partner and co-ordinate with a team of named ‘Approved Installation Contractors’ to provide the supply and design of roof coverings with associated components and building works including roof repairs and other associated roofing works. The scope for this lot includes the design, supply and installation of traditional flat roofing products to include (but not be limited to), Asphalt, systems, Torch on systems such as Bituminous built up roofing systems, Flame free systems such as Single Ply, Bituminous systems, GRP. This may include associated products and works such as flashings, facia, soffit, weathering and rainwater items.

LHC intend to appoint a maximum of 3 roofing manufacturers / system suppliers per regional area within this lot with a reserve list of 1 manufacturer / system supplier per regional area.

Bidders for this lot will be expected to provide an in-house supported survey, design and technical advice service to LHC Clients and also to the Approved Installation Contractors appointed to this Framework with the installation of the Bidder’s roofing products installed by one of the Approved Installation Contractors’ nominated by the Bidder and appointed by LHC to this Framework

As part of the Framework procurement process, Bidders for this lot will need to provide details and completed proformas for 6 nominated Approved Installation Contractors for each sub-region of the regional areas they are applying for and submit pricing for the installation of the products that has been agreed with the nominated Approved Installation Contractors.

During the life of this Framework successful Bidders appointed to this lot will be required to maintain the list of Approved Installation Contractors at all times, therefore if an Approved Installation Contractor is removed or withdraws from the appointed manufacturer / system suppliers’ approved list, then they will be expected to be substituted with a new Approved Installation Contractor in line with the requirements of this Framework.

Following the evaluation process, all Approved Installation Contractors nominated by the Bidders appointed to this this lot will be appointed to Lot 5 - Traditional Flat Roofing (Approved Installation Contractors).

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: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Liquid Flat Roofing (Supplier)

II.2.2) Additional CPV code(s)

45261100

45261200

45261210

45261211

45261212

45261214

45261920

44112500

45261215

45261213

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot is intended for Bidders who are roofing manufacturers / System Suppliers and who will partner and co-ordinate with a team of named ‘Approved Installation Contractors’ to provide the supply and design of roof coverings with associated components and building works including roof repairs and other associated roofing works. The scope for this lot includes the design, supply and installation of traditional flat roofing products to include (but not be limited to), Asphalt, systems, Torch on systems such as Bituminous built up roofing systems, Flame free systems such as Single Ply, Bituminous systems, GRP. This may include associated products and works such as flashings, facia, soffit, weathering and rainwater items.

LHC intend to appoint a maximum of 3 roofing manufacturers / system suppliers per regional area within this lot with a reserve list of 1 manufacturer / system supplier per regional area.

Bidders for this lot will be expected to provide an in-house supported survey, design and technical advice service to LHC Clients and also to the Approved Installation Contractors appointed to this Framework with the installation of the Bidder’s roofing products installed by one of the Approved Installation Contractors’ nominated by the Bidder and appointed by LHC to this Framework

As part of the Framework procurement process, Bidders for this lot will need to provide details and completed proformas for 6 nominated Approved Installation Contractors for each sub-region of the regional areas they are applying for and submit pricing for the installation of the products that has been agreed with the nominated Approved Installation Contractors.

During the life of this Framework successful Bidders appointed to this lot will be required to maintain the list of Approved Installation Contractors at all times, therefore if an Approved Installation Contractor is removed or withdraws from the appointed manufacturer / system suppliers’ approved list, then they will be expected to be substituted with a new Approved Installation Contractor in line with the requirements of this Framework.

Following the evaluation process, all Approved Installation Contractors nominated by the Bidders appointed to this this lot will be appointed to Lot 5 - Traditional Flat Roofing (Approved Installation Contractors).

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: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Profiled Metal Roofing (Supplier)

II.2.2) Additional CPV code(s)

45261100

45261200

45261210

45261211

45261212

45261214

45261920

44112500

45261215

45261213

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot is intended for Bidders who are roofing manufacturers / System Suppliers and who will partner and co-ordinate with a team of named ‘Approved Installation Contractors’ to provide the supply and design of roof coverings with associated components and building works, including roof repairs and other associated roofing works. The scope for this lot includes the design, supply and installation of metallic based roofing systems of a tile or sheet type profiled system. This may include associated products and works such as flashings, facia, soffit, weathering and rainwater items.

LHC intend to appoint a maximum of 3 roofing manufacturers / system suppliers per regional area within this lot with a reserve list of 1 manufacturer / system supplier per regional area.

Bidders for this lot will be expected to provide an in-house supported survey, design and technical advice service to LHC Clients and also to the Approved Installation Contractors appointed to this Framework with the installation of the Bidder’s roofing products installed by one of the Approved Installation Contractors’ nominated by the Bidder and appointed by LHC to this Framework

As part of the Framework procurement process, Bidders for this lot will need to provide details and completed proformas for 6 nominated Approved Installation Contractors for each sub-region of the regional areas they are applying for and submit pricing for the installation of the products that has been agreed with the nominated Approved Installation Contractors.

During the life of this Framework successful Bidders appointed to this lot will be required to maintain the list of Approved Installation Contractors at all times, therefore if an Approved Installation Contractor is removed or withdraws from the appointed manufacturer / system suppliers’ approved list, then they will be expected to be substituted with a new Approved Installation Contractor in line with the requirements of this Framework.

Following the evaluation process, all Approved Installation Contractors nominated by the Bidders appointed to this this lot will be appointed to Lot 7 – Profiled Metal Roofing (Approved Installation Contractors).

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: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Traditional Pitched Roofing Installers

II.2.2) Additional CPV code(s)

45261100

45261200

45261210

45261211

45261212

45261214

45261920

44112500

45261215

45261213

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This lot is intended for roofing installers / contractors capable of providing a full design and installation service, liaising with a range of roofing material suppliers and (where necessary) sub-contractors to deliver the installation of new and replacement pitched roofs. The scope for this lot includes the design, supply and installation of traditional pitched roof coverings, to include, but not limited to, plain concrete tiles, interlocking concrete tiles, interlocking resin or slate, plain clay tiles, interlocking clay tiles, natural blue black and grey slate, fibre cement slate, all to include flashings, facia, soffit, weathering and rainwater items.

LHC intend to appoint a maximum of 5 installers per regional area available within this lot with a reserve list of 2 installers per regional area.

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: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Traditional Flat Roofing (Approved Installation Contractors)

II.2.2) Additional CPV code(s)

45261100

45261200

45261210

45261211

45261212

45261214

45261920

44112500

45261215

45261213

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Organisations will not be able to directly apply for lot 5, instead organisations appointed to this lot will be made from the Approved Installation contractors nominated by Bidders (roofing manufactures / system suppliers) who are successfully appointed following the evaluation of Lot 1 – Traditional Flat Roofing.

Suitable roofing installers who wish to be appointed for this lot should discuss this tender opportunity with any suitable flat roofing system suppliers that they are associated with and request that they be put forward as a nominated Approved Installation Contractor for the Framework should the system supplier intend to bid for Lot 1 –Traditional Flat Roofing.

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: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Liquid Flat Roofing (Approved Installation Contractors)

II.2.2) Additional CPV code(s)

45261100

45261200

45261210

45261211

45261212

45261214

45261920

44112500

45261215

45261213

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Organisations will not be able to directly apply for lot 6, instead organisations appointed to this lot will be made from the Approved Installation contractors nominated by Bidders (roofing manufactures / system suppliers) who are successfully appointed following the evaluation of Lot 2 – Liquid Flat Roofing.

Suitable roofing installers who wish to be appointed for this lot should discuss this tender opportunity with any suitable liquid flat roofing system suppliers that they are associated with and request that they be put forward as a nominated installer for the framework should the system supplier intend to bid for Lot 2 – Liquid Flat Roofing.

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: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Profile Metal Roofing (Approved Installation Contractors)

II.2.2) Additional CPV code(s)

45261100

45261200

45261210

45261211

45261212

45261214

44112500

45261215

45261213

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Organisations will not be able to directly apply for lot 7, instead organisations appointed to this lot will be made from the Approved Installation contractors nominated by Bidders (roofing manufactures / system suppliers) who are successfully appointed following the evaluation of Lot 3 – Profiled Metal Roofing.

Suitable roofing installers who wish to be appointed for this lot should discuss this tender opportunity with any suitable profiled metal roofing system suppliers that they are associated with and request that they be put forward as a nominated installer for the framework should the system supplier intend to bid for Lot 3 – Profiled Metal Roofing.

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: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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

Mixed Roofing Super Lot

II.2.2) Additional CPV code(s)

45261200

45261100

45261210

45261211

45261212

45261214

44112500

45261215

45261213

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Lot 8 – Mixed Roofing Super Lot is intended to be used by Clients for projects that have a mix of roofing elements, typically a mix of flat and pitched roofing requirements but could also be metal profiled roofs and traditional pitched roofs. Organisations will not be able to directly apply for the super lot, instead the super lot will be automatically populated from:

Bidders who have successfully been appointed to Lot 4 – Traditional Pitched Roofing

WHO ARE ALSO

Appointed to the Framework within lots 5, 6 or 7 as Approved Installation Contractors nominated by the successfully appointed roofing system suppliers appointed to lots 1, 2 or 3.

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: No

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

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

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

List and brief description of conditions:

As stated in the procurement documents.

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

Open procedure

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

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

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 20/11/2020

Local time: 12:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 20/11/2020

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

LHC is a Central Purchasing Body providing procurement services on behalf of public sector contracting authorities throughout England, Wales and Scotland (including partners of the Welsh Procurement Alliance) for whom we continue to monitor up to 500 live projects at any one time. Thanks to their ongoing and collective feedback and input into the development of this framework and given the reach and scale of their collective portfolios, the framework is both designed and anticipated to support the vast majority of requirements. Consequently, other contracting authorities that were not specifically consulted in the development of this framework may nevertheless also deem the framework to offer a value for money procurement solution for their own requirements and may also use the framework.

As of the date of publication of this notice our frameworks may be used by all contracting authorities in England, Wales and Scotland as defined by the Public Contracts Regulations 2015 and as listed on https://www.welshprocurement.cymru/who-we-work-with/, including but not limited to Registered social landlords (RSL's), Tenant management organisations(TMOs) and Arm’s length management organisations (ALMOs), local authorities and any subsidiaries and joint-venture vehicles of those local authorities, health authorities, councils, boards and trusts, publicly funded schools, universities and further education establishments, colleges, police forces, fire and rescue services or registered charities. Tenderers wishing to service lots for Wales will be required to accommodate the requirements of the ‘Well-being of Future Generations Act’.

A direct link to the specific tender page for this procurement within LHCs e-Tendering portal is as follows:

https://procontract.due-north.com/Advert?advertId=8bf16f78-0a7f-ea11-80ff-005056b64545&p=8b355dc0-f604-e711-80dd-005056b64545

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:

LHC clients are required to consider community benefits on each and every contract. Tenderers must beware that LHC clients may add community benefit requirements including but not limited to:

— to generate employment and training opportunities for priority groups,

— vocational training,

— to up-skill the existing workforce,

— equality and diversity initiatives,

— to make sub-contracting opportunities available to SMEs, the third sector and supported businesses,

— supply-chain development activity,

— to build capacity in community organisations,

— educational support initiatives.

(WA Ref:104203)

The buyer considers that this contract is suitable for consortia.

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

UK

VI.4.4) Service from which information about the review procedure may be obtained

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

VI.5) Date of dispatch of this notice

02/10/2020


Information added to the notice since publication.

Additional information added to the notice since it's publication.
No further information has been uploaded.
Main Contact: danesh.sharma@lhc.gov.uk
Admin Contact: N/a
Technical Contact: N/a
Other Contact: N/a

Commodity Categories

Commodity Categories
IDTitleParent Category
45261214Bituminous roof-covering workErection and related works of roof frames and coverings
45261213Metal roof-covering workErection and related works of roof frames and coverings
45261920Roof maintenance workErection and related works of roof frames and coverings
45260000Roof works and other special trade construction worksWorks for complete or part construction and civil engineering work
45261200Roof-covering and roof-painting workErection and related works of roof frames and coverings
45261210Roof-covering workErection and related works of roof frames and coverings
45261100Roof-framing workErection and related works of roof frames and coverings
44112500Roofing materialsMiscellaneous building structures
45261212Roof-slating workErection and related works of roof frames and coverings
45261211Roof-tiling workErection and related works of roof frames and coverings
45261215Solar panel roof-covering workErection and related works of roof frames and coverings

Delivery Locations

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

Alert Region Restrictions

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

Alert Region Restrictions
There are no alert restrictions for this notice.

Document Family

Hide related notices
OCT346670: Design, Supply and Installation of Roofing and Associated Works
Publication Date: 05/10/2020
Deadline: 20/11/2020
Notice Type: 02 Contract Notice
Authority name: LHC for the Welsh Procurement Alliance (WPA)
MAY364117: Design, Supply and Installation of Roofing and Associated Works
Publication Date: 27/05/2021
Notice Type: 03 Contract Award Notice - Successful Supplier(s)
Authority name: LHC for the Welsh Procurement Alliance (WPA)

Copyright © Sell2Wales