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

Fire Risk and Mitigation Works and Services

  • First published: 21 October 2021
  • Last modified: 21 October 2021
  • Version: N/A
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
PROCURE PLUS HOLDINGS LIMITED
Authority ID:
AA81433
Publication date:
21 October 2021
Deadline date:
29 November 2021
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Lot is for the provision of fire risk assessment services across the North West and Cumbria. The scope of service will include, but not be limited to, the assessment of all areas of the internal and external escape routes of Customer properties.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

PROCURE PLUS HOLDINGS LIMITED

The Lancastrian Office Centre,Talbot Road

MANCHESTER

M320FP

UK

E-mail: frameworks@procure-plus.com

NUTS: UK

Internet address(es)

Main address: https://www.procure-plus.com/

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://tendermanagement.launchcontrol-systems.com/register/index/83dc3211df


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://tendermanagement.launchcontrol-systems.com/register/index/83dc3211df


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire Risk and Mitigation Works and Services

II.1.2) Main CPV code

45343000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Procure Plus are a value focused, not for profit company that specialises in the procurement of goods and services related to both the new build, repair, and maintenance of social housing. Originally focussed in the North West, Procure Plus are now extending their offer with the aim of delivering a service across the UK. Procure Plus wishes to procure and enter into a framework agreement for fire risk and mitigation works and services.

II.1.5) Estimated total value

Value excluding VAT: 910 000 000.00  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

Fire Risk Assessments - North West and Cumbria

II.2.2) Additional CPV code(s)

71317000

75251110

II.2.3) Place of performance

NUTS code:

UKD

II.2.4) Description of the procurement

This Lot is for the provision of fire risk assessment services across the North West and Cumbria. The scope of service will include, but not be limited to, the assessment of all areas of the internal and external escape routes of Customer properties.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

Lot No: 2

II.2.1) Title

Fire Risk Assessments - North (excluding North West and Cumbria)

II.2.2) Additional CPV code(s)

71317000

75251110

II.2.3) Place of performance

NUTS code:

UKC

UKE

II.2.4) Description of the procurement

This Lot is for the provision of fire risk assessment services across the North (excluding North West and Cumbria). The scope of service will include, but not be limited to, the assessment of all areas of the internal and external escape routes of Customer properties.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

Lot No: 3

II.2.1) Title

Fire Risk Assessments - Midlands

II.2.2) Additional CPV code(s)

71317000

75251110

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

This Lot is for the provision of fire risk assessment services across the Midlands. The scope of service will include, but not be limited to, the assessment of all areas of the internal and external escape routes of Customer properties.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

Lot No: 4

II.2.1) Title

Fire Risk Assessments - South

II.2.2) Additional CPV code(s)

71317000

75251110

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

This Lot is for the provision of fire risk assessment services across the South. The scope of service will include, but not be limited to, the assessment of all areas of the internal and external escape routes of Customer properties.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

Lot No: 5

II.2.1) Title

Fire Risk Assessments - Wales

II.2.2) Additional CPV code(s)

71317000

75251110

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This Lot is for the provision of fire risk assessment services across Wales. The scope of service will include, but not be limited to, the assessment of all areas of the internal and external escape routes of Customer properties.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 4 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

Lot No: 6

II.2.1) Title

EWS1 and Associated External Wall Consultancy

II.2.2) Additional CPV code(s)

71251000

71315100

71315300

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for the provision of EWS1 (External Wall System) and associated external wall consultancy across the UK. The scope of service will include conducting EWS1 (External Wall System) forms, supporting remedial works and providing related consultancy advice.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 40 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

Lot No: 7

II.2.1) Title

Building Safety Consultancy

II.2.2) Additional CPV code(s)

71315200

79417000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for the provision of building safety consultancy services across the UK. The scope of service will provide, source and coordinate specialist advice relevant to the building safety requirements.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 10 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

Lot No: 8

II.2.1) Title

Fire Precaution and Compartmentation Works - North West and Cumbria

II.2.2) Additional CPV code(s)

45343000

II.2.3) Place of performance

NUTS code:

UKD

II.2.4) Description of the procurement

This Lot is for the provision of fire precaution and compartmentation works across the North West and Cumbria. The scope of works will include the completion of fire precaution and prevention works which include but are not limited to, the installation of fire doors, smoke seals, intumescent strips and fire signage.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 60 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

Lot No: 9

II.2.1) Title

Fire Precaution and Compartmentation Works - North (excluding North West and Cumbria)

II.2.2) Additional CPV code(s)

45343000

II.2.3) Place of performance

NUTS code:

UKC

UKE

II.2.4) Description of the procurement

This Lot is for the provision of fire precaution and compartmentation works across the North (excluding North West and Cumbria). The scope of works will include the completion of fire precaution and prevention works which include but are not limited to, the installation of fire doors, smoke seals, intumescent strips and fire signage.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 60 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

Lot No: 10

II.2.1) Title

Fire Precaution and Compartmentation Works - Midlands

II.2.2) Additional CPV code(s)

45343000

II.2.3) Place of performance

NUTS code:

UKF

UKG

II.2.4) Description of the procurement

This Lot is for the provision of fire precaution and compartmentation works across the Midlands. The scope of works will include the completion of fire precaution and prevention works which include but are not limited to, the installation of fire doors, smoke seals, intumescent strips and fire signage.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 60 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

Lot No: 11

II.2.1) Title

Fire Precaution and Compartmentation Works - South

II.2.2) Additional CPV code(s)

45343000

II.2.3) Place of performance

NUTS code:

UKH

UKI

UKJ

UKK

II.2.4) Description of the procurement

This Lot is for the provision of fire precaution and compartmentation works across the South. The scope of works will include the completion of fire precaution and prevention works which include but are not limited to, the installation of fire doors, smoke seals, intumescent strips and fire signage.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

Lot No: 12

II.2.1) Title

Fire Precaution and Compartmentation Works - Wales

II.2.2) Additional CPV code(s)

45343000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

This Lot is for the provision of fire precaution and compartmentation works across Wales. The scope of works will include the completion of fire precaution and prevention works which include but are not limited to, the installation of fire doors, smoke seals, intumescent strips and fire signage.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 40 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 10 companies will be appointed to this lot.

Lot No: 13

II.2.1) Title

Cladding Works to the External Fabric of High, Medium and Low Rise Buildings

II.2.2) Additional CPV code(s)

44212381

45262650

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for the provision of cladding works to high, medium and low rise buildings across the UK. The scope of works will include the removal and installation of cladding systems, access, roofing repairs and window renewals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 150 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

Lot No: 14

II.2.1) Title

Render Works to the External Fabric of High, Medium and Low Rise Buildings

II.2.2) Additional CPV code(s)

45262000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for the provision of render works to high, medium and low rise across the UK. The scope of works will include the removal and installation of render, access, roofing repairs and window renewals.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 150 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

Lot No: 15

II.2.1) Title

Service Riser Works to High Rise Buildings

II.2.2) Additional CPV code(s)

44165200

45330000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for the provision of service riser works to high rise buildings across the UK. The scope of works will include the design, supply and installation of the soil and vent pipework.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 60 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

Lot No: 16

II.2.1) Title

Design, Installation and Maintenance of Fire Alarms and Electrical Upgrade Works

II.2.2) Additional CPV code(s)

31625100

45312100

51700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for the design, supply, installation and maintenance of fire detection and alarm systems across the UK. The scope of works will include but not be limited to the design of a system, the installation and commissioning of the system as well as the ongoing maintenance.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 60 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

Lot No: 17

II.2.1) Title

Design, Supply, Installation and Maintenance of Sprinkler and Mist Systems

II.2.2) Additional CPV code(s)

45343230

51700000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot is for the design, supply, installation and maintenance of fire sprinkler systems across the UK. The scope of works will include but not be limited to the design of a sprinkler system, the installation and commissioning of the system and the maintenance.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 100 000 000.00  GBP

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

II.2.14) Additional information

A maximum of 15 companies will be appointed to this lot.

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:

Please refer to the invitation to tender 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: 29/11/2021

Local time: 17:00

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 29/11/2021

Local time: 17:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Individual contracting authorities and organisations entitled to access the framework agreement will have the option to agree and award contracts to the appointed suppliers and contractors at any point during the term of the framework agreement. Such contracting authorities and organisations are as follows: Any customer of Procure Plus from time to time, which may include: any social housing provider in the United Kingdom from time to time. 'Social Housing Provider' for this purpose means any provider of social housing and includes, without limitation, registered providers, local authorities, and arm's length management organisations (ALMOs); any local authority; any combined authority or associated body; any police, fire or rescue authority; any transport authority; any NHS trust or body, or other health authority; any waste disposal authority; any university, school, free school, college or academy; any other contracting authority (as defined in the Public Contracts Regulations 2015) that does not fall within any of the aforementioned categories; and any entity or joint venture company that any of the aforementioned contracting authorities and organisations holds an interest in from time to time.

A list of current social housing providers can be found by visiting

https://www.gov.uk/government/publications/current-registered-providers-ofsocialhousing

A number of contracts called off under the framework agreement may be completed using funding received via the European Union including but not limited to the European Regional Development Fund.

Procure Plus reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.

Procure Plus will not, under any circumstances, reimburse any expense incurred by applicants in preparing their tender submissions or in participating in this procurement process.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

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

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

20/10/2021

Coding

Commodity categories

ID Title Parent category
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71315200 Building consultancy services Building services
71315300 Building surveying services Building services
71315100 Building-fabric consultancy services Building services
44212381 Cladding Structural products and parts except prefabricated buildings
45262650 Cladding works Special trade construction works other than roof works
45312100 Fire-alarm system installation work Alarm system and antenna installation work
31625100 Fire-detection systems Burglar and fire alarms
45343000 Fire-prevention installation works Fencing, railing and safety equipment installation work
75251110 Fire-prevention services Fire-brigade services
71317000 Hazard protection and control consultancy services Consultative engineering and construction services
51700000 Installation services of fire protection equipment Installation services (except software)
45330000 Plumbing and sanitary works Building installation work
44165200 Risers Hoses, risers and sleeves
79417000 Safety consultancy services Business and management consultancy services
45262000 Special trade construction works other than roof works Roof works and other special trade construction works
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:
frameworks@procure-plus.com
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.