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

215_24 Specialist Vehicles (outright purchase)

  • First published: 01 October 2024
  • Last modified: 01 October 2024
  • This file may not be fully accessible.

  •  

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)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-04a32a
Published by:
ESPO
Authority ID:
AA71779
Publication date:
01 October 2024
Deadline date:
28 October 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Renewal of a national framework for the outright purchase of a wide range of specialist vehicles. The framework is intended to meet the requirements of local authorities and other eligible public sector organisations. See tender documents for further details.

To tender:

(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '215_24' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

ESPO

Barnsdale Way, Grove Park, Enderby

LEICESTER

LE19 1ES

UK

Contact person: Place & Environment Procurement Team

E-mail: tenders@espo.org

NUTS: UKF22

Internet address(es)

Main address: https://www.espo.org/

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://www.eastmidstenders.org/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.eastmidstenders.org/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Other: Local Authority Services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

215_24 Specialist Vehicles (outright purchase)

Reference number: 215_24

II.1.2) Main CPV code

34100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Renewal of a national framework for the outright purchase of a wide range of specialist vehicles. The framework is intended to meet the requirements of local authorities and other eligible public sector organisations. See tender documents for further details.

To tender:

(a) Go to https://www.eastmidstenders.org/; (b) Register (if not already registered on ProContract); (c) Search for tender opportunity '215_24' (via "View Opportunities" from the 'EastMidsTenders' Portal); (d) Express an interest; (e) Download the tender documents (from the ProContract Activity summary screen, once an Expression of interest has been completed).

II.1.5) Estimated total value

Value excluding VAT: 400 000 000.00  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

Lot 1 - Refuse collection vehicles (RCV's)

II.2.2) Additional CPV code(s)

34144510

34144511

34144512

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled refuse collection vehicles (RCVs) of varying weights/capacities comprising chassis and bodies/bin lifts including but not limited to: - RCVs under 18t, RCV's 18t and above and RCVs for food waste collection to meet the requirements of eligible public sector bodies.

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: 230 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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

Lot 2 - Compact sweepers

II.2.2) Additional CPV code(s)

34144431

34921100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled compact sweepers of varying weights/capacities including but not limited to: - 2.0t-3.5t sweepers, 3.6t-5.0t sweepers and 5.1t and above sweepers to meet the requirements of eligible public sector bodies.

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: 35 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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

Lot 3 - Chassis mounted sweepers

II.2.2) Additional CPV code(s)

34144431

34921100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled chassis mounted sweepers of varying weights/capacities comprising chassis and bodies including but not limited to: - 15t chassis mounted sweepers and 18t chassis mounted sweepers to meet the requirements of eligible public sector bodies.

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: 35 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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

Lot 4 - Winter maintenance vehicles (inc' demountables)

II.2.2) Additional CPV code(s)

34143000

34144440

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled winter maintenance vehicles (inc' demountables) of varying weights/capacities comprising chassis and bodies/snowploughs including but not limited to: - 18t Winter maintenance vehicles and 26t winter maintenance vehicles to meet the requirements of eligible public sector bodies.

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: 45 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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

Lot 5 - Gully emptiers

II.2.2) Additional CPV code(s)

34144410

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled gully emptiers of varying weights/capacities comprising chassis and bodies including but not limited to: - 18t gully emptier vehicles and 26t gully emptier vehicles to meet the requirements of eligible public sector bodies.

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

Start: 01/12/2024

End: 30/11/2028

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

Lot 6 - Minibuses (inc' converted minibuses)

II.2.2) Additional CPV code(s)

34114400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled minibuses (inc' converted minibuses) of varying weights/capacities comprising chassis and bodies including but not limited to: - 16/17 seater standard minibuses to meet the requirements of eligible public sector bodies.

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

Start: 01/12/2024

End: 30/11/2028

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

Lot 7 - Minibuses under 3.5t (inc' converted minibuses)

II.2.2) Additional CPV code(s)

34114400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled minibuses under 3.5t (inc' converted minibuses) of varying weights/capacities comprising chassis and bodies including but not limited to: - 16/17 seater standard minibuses (under 3.5t) to meet the requirements of eligible public sector bodies.

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: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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

Lot 8 - Buses and coaches

II.2.2) Additional CPV code(s)

34121000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled buses and coaches of varying weights/capacities comprising chassis and bodies including but not limited to: - 12t single decker buses to meet the requirements of eligible public sector bodies.

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: 2 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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: 9

II.2.1) Title

Lot 9 - Customised vehicles (eg. mobile libraries)

II.2.2) Additional CPV code(s)

34144760

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled customised vehicles of varying weights/capacities comprising chassis and bodies including but not limited to: - 7.5t mobile library vehicles, 7.5t box body vans and 12t box body vans to meet the requirements of eligible public sector bodies.

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: 5 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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: 10

II.2.1) Title

Lot 10 - Chassis/cabs

II.2.2) Additional CPV code(s)

34139000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled chassis cabs of varying weights/capacities comprising chassis including but not limited to: - 7.5t chassis cabs, 18t chassis cabs and 26t chassis cabs to meet the requirements of eligible public sector bodies.

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: 25 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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: 11

II.2.1) Title

Lot 11 - Tippers

II.2.2) Additional CPV code(s)

34134000

34223370

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled tippers of varying weights/capacities comprising chassis and tipper bodies including but not limited to: - 7.5t tippers, 18t tippers and 26t tippers to meet the requirements of eligible public sector bodies.

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

Start: 01/12/2024

End: 30/11/2028

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: 12

II.2.1) Title

Lot 12 - Blue light (pumping, aerial & special appliances)

II.2.2) Additional CPV code(s)

34144210

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled blue light vehicles of varying weights/capacities comprising chassis, bodies and tanks/platforms and including but not limited to: - 18t fire appliance, 26t aerial appliance and 32t aerial appliance to meet the requirements of eligible public sector bodies.

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: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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: 13

II.2.1) Title

Lot 13 - Hot boxes

II.2.2) Additional CPV code(s)

34139000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled hotboxes of varying weights/capacities comprising chassis and bodies including but not limited to: - 12t hot box vehicles and 18t hot box vehicles to meet the requirements of eligible public sector bodies.

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: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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: 14

II.2.1) Title

Lot 14 - Skip loaders

II.2.2) Additional CPV code(s)

34142200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled skip loader vehicles of varying weights/capacities comprising chassis and skip loader units/bodies including but not limited to: - 7.5t skip loaders and 18t skip loaders to meet the requirements of eligible public sector bodies.

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: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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: 15

II.2.1) Title

Lot 15 - Hook loaders

II.2.2) Additional CPV code(s)

34144710

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot covers the outright purchase of ICE and alternatively fuelled hook loader vehicles of varying weights/capacities comprising chassis and hook loaders units/bodies including but not limited to: - 7.5t hook loaders and 18t hook loaders to meet the requirements of eligible public sector bodies.

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: 1 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/12/2024

End: 30/11/2028

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.1.2) 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

III.2.2) Contract performance conditions

ESPO shall obtain a credit score (determined by the use of a credit rating agency) for each Supplier on or before the Framework start date as a base score and where a significant change in the credit score is identified over the life of the Framework (or the credit score goes below 30), ESPO reserves the right to investigate the reasons for this significant change. Depending on the severity of the changes, it will be at the sole discretion of ESPO to suspend or even permanently remove the awarded Supplier from the Framework.

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: 28/10/2024

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

IV.2.7) Conditions for opening of tenders

Date: 28/10/2024

Local time: 12:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

As a Central Purchasing Body as defined in the Public Contracts Regulations 2015, the Framework Agreement is open for use by Public Bodies (defined at https://www.espo.org/amfile/file/download/file/9608/) that also fall into one of the following classifications of user throughout all administrative regions of the UK: Local Authorities; Educational Establishments (including Academies); Central Government Departments and Agencies; Police, Fire & Rescue and Coastguard Emergency Services; NHS and HSC Bodies, including Ambulance Services; Registered Charities; Registered Social Landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: https://www.espo.org/legal.

ESPO has established a commercial trading company, ESPO Trading Limited, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful Supplier may be asked to enter into an additional separate framework agreement (the Second Framework) with ESPO Trading Limited on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any Second Framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Limited may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders information only.

An eAuction process may be used to award subsequent call off contracts following the reopening of competition among the parties to the Framework Agreement.

VI.4) Procedures for review

VI.4.1) Review body

The Royal Court of Justice

The Strand

LONDON

WC2A 2LL

UK

Internet address(es)

URL: https://www.justice.gov.uk/

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid, and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.5) Date of dispatch of this notice

26/09/2024

Coding

Commodity categories

ID Title Parent category
34121000 Buses and coaches Motor vehicles for the transport of 10 or more persons
34139000 Chassis Motor vehicles for the transport of goods
34144210 Firefighting vehicles Special-purpose motor vehicles
34134000 Flatbed and Tipper trucks Motor vehicles for the transport of goods
34144440 Gritter vehicles Special-purpose motor vehicles
34144410 Gully emptiers Special-purpose motor vehicles
34114400 Minibuses Specialist vehicles
34144760 Mobile library vehicles Special-purpose motor vehicles
34100000 Motor vehicles Transport equipment and auxiliary products to transportation
34144511 Refuse-collection vehicles Special-purpose motor vehicles
34144512 Refuse-compaction vehicles Special-purpose motor vehicles
34921100 Road sweepers Road-maintenance equipment
34142200 Skip loaders Crane and dumper trucks
34144431 Suction-sweeper vehicles Special-purpose motor vehicles
34223370 Tipper trailers Trailers and semi-trailers
34144510 Vehicles for refuse Special-purpose motor vehicles
34144710 Wheeled loaders Special-purpose motor vehicles
34143000 Winter-maintenance vehicles Heavy-duty motor vehicles

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@espo.org
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.