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.

UK4

DS504-25 NFCC Framework for Respiratory Protective Equipment, associated equipment and services

  • First published: 25 September 2025
  • Last modified: 25 September 2025
  • 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:
ocds-h6vhtk-056420
Published by:
Devon & Somerset Fire & Rescue Authority
Authority ID:
AA86933
Publication date:
25 September 2025
Deadline date:
07 November 2025
Notice type:
UK4
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Devon and Somerset Fire and Rescue Service in conjunction with the National Fire Chiefs Council Respiratory Protective Equipment Group (NFCC RPE Group) and the NFCC Procurement Hub is leading a procurement project to replace the existing Framework for Respiratory Protective Equipment, associated equipment and servicesThe framework will enable Contracting Authorities named on the framework to procure Respiratory Protective Equipment, associated equipment and services.The detailed requirements have been split into Lots which have been developed with the support of the NFCC RPE Group. Lot 1 Self-contained breathing apparatus, with ancillariesLot 2 Cylinders with ancillariesLot 3 Integrated Communications systemsLot 4 Telemetry Lot 5 Maintenance services Lot 6 Provision of consumables, parts and spares Lot 7 Other respiratory protective equipment and servicesThe contract location will depend upon the call-off contracts awarded by the Contracting Authorities. The Framework will be a closed framework for a period of 4 years. Due to the stability of the market, there is an option to extend the Framework by up to two years providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.No maximum number of suppliers per lot has been applied.Full details of the requirements are provided in the tender documents which will be available through the e-tendering portal.Suppliers who are interested in this opportunity should register on our e-tendering portal where this opportunity will be tendered shortly. The e-tendering portal is located at:https://sell2.in-tend.co.uk/blpd/homeThe e-tendering portal is free to use. Suppliers can find guidance on using the e-tendering portal via: https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf

Full notice text

Scope

Procurement reference

DS504-25

Procurement description

Devon and Somerset Fire and Rescue Service in conjunction with the National Fire Chiefs Council Respiratory Protective Equipment Group (NFCC RPE Group) and the NFCC Procurement Hub is leading a procurement project to replace the existing Framework for Respiratory Protective Equipment, associated equipment and services

The framework will enable Contracting Authorities named on the framework to procure Respiratory Protective Equipment, associated equipment and services.

The detailed requirements have been split into Lots which have been developed with the support of the NFCC RPE Group.

Lot 1 Self-contained breathing apparatus, with ancillaries

Lot 2 Cylinders with ancillaries

Lot 3 Integrated Communications systems

Lot 4 Telemetry

Lot 5 Maintenance services

Lot 6 Provision of consumables, parts and spares

Lot 7 Other respiratory protective equipment and services

The contract location will depend upon the call-off contracts awarded by the Contracting Authorities.

The Framework will be a closed framework for a period of 4 years. Due to the stability of the market, there is an option to extend the Framework by up to two years providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

No maximum number of suppliers per lot has been applied.

Full details of the requirements are provided in the tender documents which will be available through the e-tendering portal.

Suppliers who are interested in this opportunity should register on our e-tendering portal where this opportunity will be tendered shortly. The e-tendering portal is located at:

https://sell2.in-tend.co.uk/blpd/home

The e-tendering portal is free to use. Suppliers can find guidance on using the e-tendering portal via: https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf

Main category

Goods

Delivery regions

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Total value (estimated, excluding VAT)

135000000 GBP to 135700000GBP

Contract dates (estimated)

01 March 2026, 00:00AM to 28 February 2030, 23:59PM

Extension end date (if all the extensions are used): 28 February 2032

Is a framework being established?

Yes

Contracting authority

Devon & Somerset Fire & Rescue Authority

Identification register:

  • GB-PPON

Address 1: Service Headquarters

Town/City: Exeter

Postcode: EX3 0NW

Country: United Kingdom

Public Procurement Organisation Number: PNLD-1131-HTWN

NUTS code: UKK43

Contact name: Louise Doherty

Email: procurement@dsfire.gov.uk

Organisation type: Public authority - sub-central government

Procedure

Procedure type

Open procedure

Is the total value above threshold?

Above threshold

Trade agreements

Government Procurement Agreement (GPA)

Framework

Further information about fees

The National Fire Chief Council (NFCC) Council has agreed to the use of small levies for national costs. The rebate collected from this Framework will be used to cover the costs associated with running the procurement process and management of the framework over its life.

The rebate applied will be 0.5% on all official purchase orders for goods or services raised by contracting authorities resulting from the Framework.

The level of the rebate will be fixed for the duration of the Framework.

Suppliers shall pass on the rebates quarterly, providing sufficient management information and evidence, as may be required by Devon and Somerset Fire and Rescue Service, to support the calculation.

Percentage fee charged to suppliers

0.5000%

Type of framework

Open

Award method when using the framework

With and without reopening competition

Justification for framework term

The market for respiratory protective equipment is stable. The liklihood of new suppliers entering the UK market who have the capability and products to meet the UK specific detailed requirements and UK specific Standards is extremely low.

Due to the stability of the market, there is an option to extend the Framework by up to two years providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Contracting authorities that may use the framework

The full list of Contracting Authorities who are able to use the Framework are included within the ITT. The following list is a high-level overview:

• All Fire and Rescue Services (FRS) within the United Kingdom

• Defence Fire Risk Management Organisation

• Home Office

• Police Forces within the United Kingdom, Scotland and Northern Ireland

• NHS Bodies England and Foundation Trusts

• British Crown dependencies - Channel Islands and Isle of Man

• Public bodies

o NHS Wales

o Northern Ireland Public Sector Bodies and Local Authorities

o Highways Agency

o UK Border Force

o MOPAC

o City of London Police

o Greater Manchester Combined Authority

o British Transport Police

o Civil Nuclear Constabulary Civil Nuclear Constabulary

o HM Prison Service

o Maritime and Coastguard Agency

• Nominated agents; suppliers or organisations, who are the acting agent on behalf of any of the above-named contracting authorities will also have access to the Framework

Framework operation description

The Framework is a contract between Devon and Somerset Fire and Rescue Authority and one or more suppliers to provide for the future award of call-off contracts by a Contracting Authority to the supplier or suppliers.

Catalogues and catalogue technical refresh

a. Suppliers shall provide catalogues of Goods and services which meet the requirements for the lot or lots that they have bid for.

b. The catalogues of Goods and services accepted onto the Framework will be subject to periodic technical refresh.

c. Suppliers may request a technical refresh as and when such Goods are upgraded; enhanced; subject to technological improvement; tested; compliant with the relevant Standard and are commercially available for purchase on the open market.

d. Inclusion of Goods and services on the Framework for technical refresh will be by agreement of the Supervising Officer, which shall not be unreasonably withheld. Suppliers shall provide the Supervising Officer with a minimum of four (4) weeks' notice of a request for a technical refresh and provide updated pricing schedule, technical data sheets, copies of certification and any other relevant documentation required by the Supervising Officer at the time of request.

e. Contracting authorities shall only consider Goods and services where the Supervising Officer has confirmed that they have been accepted onto the Framework by the original deadline for responses stated in the further competition documentation or request for quotation. Any extensions to the deadline for responses shall not apply.

How prices are determined:

Framework

a. Prices shall be fixed and firm for the first twelve months of the Framework. Prices shall be subject to review annually thereafter, in line with the Consumer Price Index and agreed between the Authority and the supplier.

b. Any request for increase in prices in the Framework shall be subject to three months' notice in writing, and a demonstration of additional costs incurred by the supplier. No price increase will be accepted unless agreed in writing by the Authority.

c. Prices tendered on the Framework shall be the maximum price that can be charged to contracting authorities. Suppliers may offer, at their discretion, a discount on the Framework pricing to contracting authorities when forming a Call-off Contract.

Call-off contract

a. Prices shall be fixed and firm for the first twelve months of any Call-off Contract. Prices shall be subject to review annually thereafter, in line with the Consumer Price Index and agreed between the contracting authority and the supplier.

b. Any request for increase in prices in the Call-off Contract shall be subject to three months' notice in writing, and a demonstration of additional costs incurred by the supplier. No price increase will be accepted unless agreed in writing by the contracting authority.

c. Costs of delivery and packaging, including Dangerous Goods Freight and Customs Handling fees shall be included in the price of the Goods and services.

Assessment process for award to the Framework:

Detailed assessment criteria for appointment to the Framework are set out in the ITT.

Framework Suppliers will be awarded inclusion on the Framework based on the assessment using the criteria set out in the Invitation to Tender.

Assessment criteria for Further Competitions:

Assessment criteria for Further Competitions for call-off contracts will be set by the Contracting Authority, but will not fundamentally alter, the criteria specified below. The Contracting Authority user will be able to decide what percentage of marks it wants to allocate to each of the assessment criteria, within the maximum and minimum amounts set out

Award criteria Weightings

Price - cost effectiveness (including whole life costs) *** 0% - 100%

Technical Merit and Quality

(assessment of tender response) 0% - 100%

Technical Merit and Quality

(compatibility, performance and functionality through practical functionality assessment) 0% - 100%

After-sales services and support 0% - 100%

Social value 0% - 100%

All assessment criteria must total 100%.

Contracting Authorities will have the option to calculate the final score on a price per quality point basis.

The ordering procedures and guidance on direct award and further competitions are included in the ITT.

Templates for contracting authorities to use for further competitions will be developed prior to the commencement of the Framework.

Lots

Divided into 7 lots

Lot 1

Lot number: 1

Description

Self-contained breathing apparatus, with ancillaries

CPV classifications

  • 35111100 - Breathing apparatus for firefighting
  • 37412241 - Breathing apparatus for diving

Delivery regions

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Lot value (estimated)

36000000 GBP Excluding VAT

43000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 March 2026, 00:00AM

Contract end date (estimated)

28 February 2030, 23:59PM

Extension end date (estimated)

28 February 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Award criteria

Weighting description

Each criterion will be assessed as pass or fail. Full details are included in the Invitation to Tender

Type: quality

Name

Technical merit and quality

Description

Pass / fail

Type: quality

Name

After-sales services and support

Description

Pass/fail

Type: quality

Name

Social value

Description

Pass / fail

Type: quality

Name

Price

Description

Pass /fail

Lot 2

Lot number: 2

Description

Cylinders with ancillaries

CPV classifications

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 44611110 - Compressed-air cylinders

Delivery regions

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Lot value (estimated)

24000000 GBP Excluding VAT

28000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 March 2026, 00:00AM

Contract end date (estimated)

28 February 2030, 23:59PM

Extension end date (estimated)

28 February 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Award criteria

Weighting description

Each criterion will be assessed as pass or fail. Full details are included in the Invitation to Tender

Type: quality

Name

Technical merit and quality

Description

Pass / fail

Type: quality

Name

After-sales services and support

Description

Pass/fail

Type: quality

Name

Social value

Description

Pass / fail

Type: quality

Name

Price

Description

Pass /fail

Lot 3

Lot number: 3

Description

Integrated Communications Systems

CPV classifications

  • 32000000 - Radio, television, communication, telecommunication and related equipment
  • 35000000 - Security, fire-fighting, police and defence equipment

Delivery regions

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Lot value (estimated)

18300000 GBP Excluding VAT

22000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 March 2026, 00:00AM

Contract end date (estimated)

28 February 2030, 23:59PM

Extension end date (estimated)

28 February 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Lot 4

Lot number: 4

Description

Telemetry

CPV classifications

  • 32440000 - Telemetry and terminal equipment
  • 32580000 - Data equipment
  • 35000000 - Security, fire-fighting, police and defence equipment

Delivery regions

  • UK - United Kingdom
  • GG - Guernsey
  • IM -

    Award criteria

    Weighting description

    Each criterion will be assessed as pass or fail. Full details are included in the Invitation to Tender

    Type: quality

    Name

    Technical merit and quality

    Description

    Pass / fail

    Type: quality

    Name

    After-sales services and support

    Description

    Pass/fail

    Type: quality

    Name

    Social value

    Description

    Pass / fail

    Type: quality

    Name

    Price

    Description

    Pass /fail

    Award criteria

    Weighting description

    Each criterion will be assessed as pass or fail. Full details are included in the Invitation to Tender

    Type: quality

    Name

    Technical merit and quality

    Description

    Pass / fail

    Type: quality

    Name

    After-sales services and support

    Description

    Pass/fail

    Type: quality

    Name

    Social value

    Description

    Pass / fail

    Type: quality

    Name

    Price

    Description

    Pass /fail

    Isle of Man
  • JE - Jersey

Lot value (estimated)

24100000 GBP Excluding VAT

29000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 March 2026, 00:00AM

Contract end date (estimated)

28 February 2030, 23:59PM

Extension end date (estimated)

28 February 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Award criteria

Weighting description

Each criterion will be assessed as pass or fail. Full details are included in the Invitation to Tender

Type: quality

Name

Technical merit and quality

Description

Pass / fail

Type: quality

Name

After-sales services and support

Description

Pass/fail

Type: quality

Name

Social value

Description

Pass / fail

Type: quality

Name

Price

Description

Pass /fail

Lot 5

Lot number: 5

Description

Maintenance services

CPV classifications

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 50000000 - Repair and maintenance services

Delivery regions

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Lot value (estimated)

21600000 GBP Excluding VAT

26000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 March 2026, 00:00AM

Contract end date (estimated)

28 February 2030, 23:59PM

Extension end date (estimated)

28 February 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Lot 6

Lot number: 6

Description

Parts, spares and consumables

CPV classifications

    Award criteria

    Weighting description

    Each criterion will be assessed as pass or fail. Full details are included in the Invitation to Tender

    Type: quality

    Name

    Technical merit and quality

    Description

    Pass / fail

    Type: quality

    Name

    After-sales services and support

    Description

    Pass/fail

    Type: quality

    Name

    Social value

    Description

    Pass / fail

    Type: quality

    Name

    Price

    Description

    Pass /fail

    Award criteria

    Weighting description

    Each criterion will be assessed as pass or fail. Full details are included in the Invitation to Tender

    Type: quality

    Name

    Technical merit and quality

    Description

    Pass / fail

    Type: quality

    Name

    After-sales services and support

    Description

    Pass/fail

    Type: quality

    Name

    Social value

    Description

    Pass / fail

    Type: quality

    Name

    Price

    Description

    Pass /fail

  • 35000000 - Security, fire-fighting, police and defence equipment

Delivery regions

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Lot value (estimated)

6700000 GBP Excluding VAT

8000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 March 2026, 00:00AM

Contract end date (estimated)

28 February 2030, 23:59PM

Extension end date (estimated)

28 February 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Award criteria

Weighting description

Each criterion will be assessed as pass or fail. Full details are included in the Invitation to Tender

Type: quality

Name

Technical merit and quality

Description

Pass / fail

Type: quality

Name

After-sales services and support

Description

Pass/fail

Type: quality

Name

Social value

Description

Pass / fail

Type: quality

Name

Price

Description

Pass /fail

Lot 7

Lot number: 7

Description

Other respiratory protective equipment and services

CPV classifications

  • 35000000 - Security, fire-fighting, police and defence equipment
  • 37412241 - Breathing apparatus for diving

Delivery regions

  • UK - United Kingdom
  • GG - Guernsey
  • IM - Isle of Man
  • JE - Jersey

Lot value (estimated)

5000000 GBP Excluding VAT

6000000 GBP Including VAT

Sustainability

Small and medium-sized enterprises (SME)

Contract start date (estimated)

01 March 2026, 00:00AM

Contract end date (estimated)

28 February 2030, 23:59PM

Extension end date (estimated)

28 February 2032, 23:59PM

Can the contract be extended?

Yes

Description of extensions

The Authority reserves the right to extend the Framework by up to two years, providing that there have been no substantial changes in the supply market and that the Framework continues to meet the needs of the contracting authorities.

Substantial changes could include, amongst other things

• new entrants to the market

• suppliers who were previously unsuccessful in one or more Lots or who were unable to supply to one or more Lots at the time of tendering for this Framework who are subsequently capable of supplying those Goods and Services

• technological advancements that cannot not otherwise covered by the Framework

• changes to the detailed requirements that cannot be otherwise covered by the Framework.

Award criteria

Weighting description

Each criterion will be assessed as pass or fail. Full details are included in the Invitation to Tender

Type: quality

Name

Technical merit and quality

Description

Pass / fail

Type: quality

Name

After-sales services and support

Description

Pass/fail

Type: quality

Name

Social value

Description

Pass / fail

Type: quality

Name

Price

Description

Pass /fail

Contract terms and risks

Payment terms

In addition to requiring payment within 30 days for valid and undisputed invoices, each Call-Off Contract will outline the procedures for submitting invoices and resolving any disputes that may arise.

Description of risks to contract performance

Risks to contract performance

a) Increase in value of the Framework e.g. increase in government funding

b) Imposed mandates from government regarding equipment specifications

c) Changes in legislation or Standards

d) Risk of access to and/or transport of raw materials and their availability

e) Pandemic

f) Political, social or economic impacts on markets affecting inflation, tariffs, exchange rates etc.

g) Technological advancements, by way of example and not limited to digital and data systems supporting breathing apparatus use and management including remote monitoring, asset management, breathing apparatus command; Cloud based systems; physiological monitoring.

Submission

Tender submission deadline

07 November 2025, 10:00AM

Enquiry deadline

03 November 2025, 22:00PM

Date of award of contract

03 December 2025, 23:59PM

Submission address and any special instructions

Suppliers who are interested in this opportunity must register on our e-tendering portal and register against the Devon & Somerset Fire and Rescue Service domain where this opportunity will be tendered shortly. The e-tendering portal is located at:https://sell2.in-tend.co.uk/blpd/homeThe e-tendering portal is free to use. Suppliers can find guidance on using the e-tendering portal via: https://bluelightcommercial.police.uk/media/2284/sell2bluelight-in-tend-full-supplier-guide.pdf

May tenders be submitted electronically?

Yes

Languages that may be used for submission

  • English

Coding

Commodity categories

ID Title Parent category
37412241 Breathing apparatus for diving Water-sports equipment
35111100 Breathing apparatus for firefighting Firefighting equipment
44611110 Compressed-air cylinders Tanks
32580000 Data equipment Telecommunications equipment and supplies
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
50000000 Repair and maintenance services Other Services
35000000 Security, fire-fighting, police and defence equipment Defence and security
32440000 Telemetry and terminal equipment Networks

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:
N/a
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.