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

Main Contractors and M&E Services Framework

  • First published: 25 February 2015
  • Last modified: 25 February 2015

Contents

Summary

OCID:
ocds-kuma6s-022788
Published by:
Cardiff University
Authority ID:
AA0258
Publication date:
25 February 2015
Deadline date:
02 April 2015
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The aim of this project is to establish a Framework (the Framework) of pre-qualified suitably experienced Contractors (the Contractors), which will enable participating authorities to call off works activities on an 'as required' basis. The Framework will be used to deliver both major and minor capital works projects and may include refurbishment and/or new build and may involve single site projects, or groups of sites. The Framework will consist of five (5) separate lots by discipline/value bands (see section II.2.1 for details)and a range of main Contractors to reflect the anticipated scope of projects. Continous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The participating authorities are committed to contributing to the social and economic and environmental well being of the wider community. Accordingly the successful Contractors will be required to consider community benefits, specific requirements will be detailed within the tender documents, which will state whether the requirements are core or non core. The call off method for all lots under this Framework will be via Mini Competition. Cardiff University as an employer, is committed to paying all employees not less than the living wage as set out by the Living Wage Foundation. Further information is set out in the pre-qualification questionnaire (PQQ) documents see section V.I.3 for details. Suppliers should note that the PQQ documents will be made available to download from midday Monday 2nd March 2015. To obtain PQQ documents, suppliers are requested to register on the following website: https://in-tendhost.co.uk/cardiffuniversity/aspx/Home express an interest in the tender and download the tender documents. Contractors should not request documents from the contracting authority as they are readily available from the above web portal. Reponses to the PQQ and any clarification questions must be submitted via the above web portal. CPV: 45210000, 45200000, 45214000, 45000000, 45214400, 71334000, 71333000, 71314100.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Cardiff University

Purchasing Section, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

UK

Julie Paynter

+44 2920879648

Buyline@cardiff.ac.uk


www.cardiff.ac.uk/purch/

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0258

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Yes

Cardiff & Vale University Health Board

University of South Wales

Swansea University

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Main Contractors and M&E Services Framework

II.1.2(a))

Type of works contract

Unchecked box Unchecked box
Checked box

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Cardiff



UKL22

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Checked box

Number of participants to the framework agreement envisaged

24

Duration of the framework agreement

4

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

1500000090000000GBP

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The aim of this project is to establish a Framework (the Framework) of pre-qualified suitably experienced Contractors (the Contractors), which will enable participating authorities to call off works activities on an 'as required' basis. The Framework will be used to deliver both major and minor capital works projects and may include refurbishment and/or new build and may involve single site projects, or groups of sites. The Framework will consist of five (5) separate lots by discipline/value bands (see section II.2.1 for details)and a range of main Contractors to reflect the anticipated scope of projects. Continous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The participating authorities are committed to contributing to the social and economic and environmental well being of the wider community. Accordingly the successful Contractors will be required to consider community benefits, specific requirements will be detailed within the tender documents, which will state whether the requirements are core or non core. The call off method for all lots under this Framework will be via Mini Competition.

Cardiff University as an employer, is committed to paying all employees not less than the living wage as set out by the Living Wage Foundation.

Further information is set out in the pre-qualification questionnaire (PQQ) documents see section V.I.3 for details.

Suppliers should note that the PQQ documents will be made available to download from midday Monday 2nd March 2015.

To obtain PQQ documents, suppliers are requested to register on the following website:

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

express an interest in the tender and download the tender documents. Contractors should not request documents from the contracting authority as they are readily available from the above web portal.

Reponses to the PQQ and any clarification questions must be submitted via the above web portal.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=22788.

II.1.6)

Common Procurement Vocabulary (CPV)

45210000
45200000
45214000
45000000
45214400
71334000
71333000
71314100

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Checked box Unchecked box Unchecked box

II.1.9)

Will variants be accepted

Yes

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The Framework will be used for both major and minor capital works project and may include refurbishment and/or new build and may involve single site projects, or groups of sites. The Framework will consist of five (5) separate lots by discipline/value bands to acheive a range of to reflect the anticipated scope of projects. Continous improvement, collaboration and measurement by key performance indicators will be features of the Framework. The participating authorities are committed to contributing to the social and economic and environmental well being of the wider community. Accordingly, the successful Contractors will be required to consider community benefits, specific requirements will be detailed within the tender documents, which will state whether the requirements are core or non core. The call off method for all lots under this Framework will be via Mini Competition.

Lot 1 - Main Contractor - Value Band - (Up to GBP 1.5M)

Lot 2 - Main Contractor - Value Band - (GBP 1.5M - GBP 10M)

Lot 3 - Combined Mechanical & Electrical Services Engineer - Value Band -(GBP 0.5M - GBP 5M)

Lot 4 - Mechanical Services Contractor - Value Band - (Up to GBP 0.35M)

Lot 5 - Electrical Services Contractor - Value Band - (Up to GBP 0.35M)

Cardiff University as an employer, is committed to paying all employees not less than the living wage as set out by the Living Wage Foundation.

The contracting authority does not guarantee that any specific volume or value of works/work packages will be called off under the Framework.

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

As set out in the invitation to tender (ITT) documents

The contracting authority reserves the right to request a parent company and/or other guarantees of financial liability.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

As set out in the invitation to tender (ITT) document.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

None specified, save that in the case of a partnership or consortium or other group of more than one legal entity bidding together, the Framework will be with with either (i) all contractors on the basis of joint and several liability, or (ii) with one or more of the parties acting as 'prime contractor' (and where more than one, on a joint and several liability basis). Where the Framework entered into is with a special purpose company, the contracting authority will require sufficinet guarantees to be given by participants in that company or their parents.

III.1.4)

Other particular conditions to which the performance of the contract is subject

As set out in the invitation to tender (ITT) documents.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


As stated in the PQQ documents.

Any economic operator may be excluded from participation if it fulfils any of the criteria listed in Regulation 23 of the Public Contracts Regulations 2006 (as amended)/Article 45 EU Directive 2004/18/EC.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.

As stated in the PQQ documents



Lot 1 - Main Contractor - Minimum annual turnover requirement GBP 4M

Lot 2 - Main Contractor - Minimum annual turnover requirement GBP 40M

Lot 3 - Combined Mechanical & Electrical Services Contractor - Minimum annual turnover requirement GBP 10M

Lot 4 - Mechanical Services Contractor - Minimum annaul turnover requirement GBP 0.7M

Lot 5 - Electrical Services Contractor - Minimum annual turnover requirement GBP 0.7M


III.2.3)

Technical capacity


As stated in the PQQ documents



As stated in the PQQ documents


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

58

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

CU213/JP0215

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 02-04-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 01-09-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

Bidders should note that the PQQ documents will be made available to to download from midday on Monday 2 March 2015.

To obtain PQQ documents, contractors are requested to register on the following website:

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

express an interest in the tender and download the tender documents.

Contractors should not request documents from the contracting authority as they are readily available from the above web portal.

Response to the PQQ and any clarification questions must be submitted via the above web portal.

The PQQ documents contact, inter alia, a Strategic brief which provides additional information in relation to the Framework/Services being procured.

All tender costs and liabilities incurred by suppliers shall be the sole responsibility of contractors.

The contracting authority reserves the right to establish the Framework/each Lot in whole or in part.

The contracting authority reserves the right to evaluate each Lot as a seperate contract.

The contracting authority reserves the right to annul the tendering process and not establish the Framework.

All documents to be priced in GBP and all payments made in GBP

In relation to section II.1.9 - variants will be accepted to the extent permitted in the tender documents (if at all).

Contractors should note that they will be required to enter into the terms and conditions of contract as set out in the ITT and that save for matters of clarification of consistency the Contracting Authority will not negotiate the terms.

(WA Ref:22788)

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.co.uk) 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:

Further details will be provided in the ITT

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Cardiff University will incorporate a standstill period at the point information on the award of the Framework is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to clarify or query the award decision before the Framework is entered into

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 25-02-2015

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Cardiff University

Purchasing Section, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

UK

Julie Paynter

+44 2920879648

Buyline@cardiff.ac.uk

https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

II)

Address and contact points from which specifications and additional documentation may be obtained



Cardiff University

Purchasing Section, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

UK

Julie Paynter

+44 2920879648


https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Cardiff University

Purchasing Section, McKenzie House, 30-36 Newport Road

Cardiff

CF24 0DE

UK

Julie Paynter

+44 2920879648


https://in-tendhost.co.uk/cardiffuniversity/aspx/Home

ANNEX B

Information About Lots

1     Main Contractor

1)

Short Description

Main Contractor

2)

Common Procurement Vocabulary (CPV)

45210000
45214000
45000000
45214400

3)

Quantity or scope

Main Contractor - Value Band up to GBP 1.5M (construction value, excluding VAT). Minimum annual turnover requirements GBP 4M. Further details are contained in the PQQ and Strategic brief.

Six (6) contractors will be selected by the University to be engaged on the Framework as primary framework contractors ("Primary Framework Contractors"). Primary Framework contractors will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.

Two (2) reserve Framework Contractors will also be selected by the University to be engaged on the Framework ("Reserve Framework Contractor"). Reserve Framework Contractors will not be eligible to considered for the award of call off contracts pursuant to the Framework unless the circumstance set out below apply.

The University shall appoint the Primary Framework Contractors and the Reserve Framework Contractors based on their ranking following evaluation of their tenders for the Framework. The highest six (6) ranked bidders will be appointed as the Primary Framework Contractors and the next two (2) highest ranked bidders will be appointed as the Reserve Framework Contractors.

In the event that any Framework agreement with a Primary Framework Contractor is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Contractor to become a Primary Framework Contractor whereupon the Reserve Framework Contractor will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework. The ranking of the Reserve Framework Contractor as a new Primary Framework Contractor shall be based on its ranking following evaluation of its tender for the Framework (i.e. the Reserve Framework Contractor shall not assume the ranking/position of the deposed Primary Framework Contractor).

The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

2     Main Contractor

1)

Short Description

Main Contractor

2)

Common Procurement Vocabulary (CPV)

45210000
45214000
45000000
45214400

3)

Quantity or scope

Main Contractor - Value Band GBP 1.5M - GBP 10M (construction value, excluding VAT). Minimum annual turnover requirements GBP 40M. Further details are contained in the PQQ and Strategic Brief.

Three (3) contractors will be selected by the University to be engaged on the Framework as primary framework contractors ("Primary Framework Contractors"). Primary Framework contractors will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.

Two (2) reserve Framework Contractors will also be selected by the University to be engaged on this framework ("Reserve Framework Contractor"). Reserve Framework Contractors will not be eligible to considered for the award of call off contracts pursuant to this framework unless the circumstance set out below apply.

The University shall appoint the Primary Framework Contractors and the Reserve Framework Contractor based on their ranking following evaluation of their tenders for the Framework. The highest Three (3) ranked contractors will be appointed as the Primary Framework Contractors and the next two (2) highest ranked contractors will be appointed as the Reserve Framework Contractors.

In the event that any framework agreement with a Primary Framework Contractor is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Contractor to become a Primary Framework Contractor whereupon the Reserve Framework Contractor will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework. The ranking of the Reserve Framework Contractor as a new Primary Framework Contractor shall be based on its ranking following evaluation of its tender for this framework (i.e. the Reserve Framework Contractor shall not assume the ranking/position of the deposed Primary Framework Contractor).

The University does not guarantee that any specific volume or value of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

3     Combined Mechanical & Electrical Services Contractor

1)

Short Description

Combined Mechanical & Electrical Services Contractor

2)

Common Procurement Vocabulary (CPV)

71334000

3)

Quantity or scope

Combined Mechanical & Electrical Services Contractor - Value Band GBP 0.5M - GBP 5M (Mechanical and Electrical Services value, excluding VAT). Minimum annual turnover requirement GBP 10M. Further details are contained in the PQQ and Strategic Brief.

Three (3) contractors will be selected by the University to be engaged on the Framework as primary framework contractors ("Primary Framework Contractors"). Primary Framework contractors will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.

Two (2) reserve Framework Contractors will also be selected by the University to be engaged on the Framework ("Reserve Framework Contractor"). Reserve Framework Contractors will not be eligible to considered for the award of call off contracts pursuant to the Framework unless the circumstance set out below apply.

The University shall appoint the Primary Framework Contractors and the Reserve Framework Contractor based on their ranking following evaluation of their tenders for the Framework. The highest two (2) ranked contractors will be appointed as the Primary Framework Contractors and the next two (2) highest ranked bidders will be appointed as the Reserve Framework Contractor.

In the event that any framework agreement with a Primary Framework Contractor is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Contractor to become a Primary Framework Contractor whereupon the Reserve Framework Contractor will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework. The ranking of the Reserve Framework Contractor as a new Primary Framework Contractor shall be based on its ranking following evaluation of its tender for this framework (i.e. the Reserve Framework Contractor shall not assume the ranking/position of the deposed Primary Framework Contractor).

The contracting authority does not guarantee that any specific volume of value of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

4     Mechanical Services Contractor

1)

Short Description

Mechanical Services Contractor

2)

Common Procurement Vocabulary (CPV)

71333000

3)

Quantity or scope

Mechanical Services Contractor - Value Band - Up to GBP 0.35M (Mechanical services value, excluding VAT. Minimun annual turnover requirements GBP 0.7M. Further details are contained in the PQQ and Strategic brief.

Six (6) contractors will be selected by the University to be engaged on the Framework as primary framework contractors ("Primary Framework Contractors"). Primary Framework contractors will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.

Two (2) reserve Framework Contractors will also be selected by the University to be engaged on the Framework ("Reserve Framework Contractor"). Reserve Framework Contractors will not be eligible to considered for the award of call off contracts pursuant to the Framework unless the circumstance set out below apply.

The University shall appoint the Primary Framework Contractors and the Reserve Framework Contractor based on their ranking following evaluation of their tenders for the Framework. The highest two (2) ranked contractors will be appointed as the Primary Framework Contractors and the next two (2) highest ranked contractors will be appointed as the Reserve Framework Contractor.

In the event that any framework agreement with a Primary Framework Contractor is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Contractor to become a Primary Framework Contractor whereupon the Reserve Framework Contractor will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework. The ranking of the Reserve Framework Contractor as a new Primary Framework Contractor shall be based on its ranking following evaluation of its tender for this framework (i.e. the Reserve Framework Contractor shall not assume the ranking/position of the deposed Primary Framework Contractor).

The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots

ANNEX B

Information About Lots

5     Electrical Services Contractor

1)

Short Description

Electrical Services Contractor

2)

Common Procurement Vocabulary (CPV)

71314100

3)

Quantity or scope

Electrical Services Contractor - Value Band - Up to GBP 0.35M (electrical services value, excluding VAT). Minimum turnover requirement GBP 0.7M. Further details are contained in the PQQ and Strategic brief.

Six (6) contractors will be selected by the University to be engaged on the Framework as primary framework contractors ("Primary Framework Contractors"). Primary Framework contractors will be eligible to be considered for the award of call off contracts pursuant to the terms of the Framework.

Two (2) reserve Framework Contractors will also be selected by the University to be engaged on the Framework ("Reserve Framework Contractor"). Reserve Framework Contractors will not be eligible to considered for the award of call off contracts pursuant to this framework unless the circumstance set out below apply.

The University shall appoint the Primary Framework Contractors and the Reserve Framework Contractor based on their ranking following evaluation of their tenders for the Framework. The highest two (2) ranked contractors will be appointed as the Primary Framework Contractors and the next two (2) highest ranked contractors will be appointed as the Reserve Framework Contractor.

In the event that any framework agreement with a Primary Framework Contractor is terminated in accordance with its terms, the University shall be entitled (but not obliged) to invite the Reserve Framework Contractor to become a Primary Framework Contractor whereupon the Reserve Framework Contractor will be eligible to be considered for the award of call off contracts pursuant to the terms of the framework. The ranking of the Reserve Framework Contractor as a new Primary Framework Contractor shall be based on its ranking following evaluation of its tender for this framework (i.e. the Reserve Framework Contractor shall not assume the ranking/position of the deposed Primary Framework Contractor).

The contracting authority does not guarantee that any specific volume or value of services will be called off under the Framework.


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
45210000 Building construction work Works for complete or part construction and civil engineering work
45000000 Construction work Construction and Real Estate
45214000 Construction work for buildings relating to education and research Building construction work
45214400 Construction work for university buildings Construction work for buildings relating to education and research
71314100 Electrical services Energy and related services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71333000 Mechanical engineering services Miscellaneous engineering services
45200000 Works for complete or part construction and civil engineering work Construction work

Delivery locations

ID Description
1022 Cardiff and Vale of Glamorgan
1018 Swansea

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.

Document family

Notice details
Publication date:
25 February 2015
Deadline date:
02 April 2015 00:00
Notice type:
Contract Notice
Authority name:
Cardiff University
Publication date:
18 April 2016
Notice type:
Contract Award Notice
Authority name:
Cardiff University

About the buyer

Main contact:
Buyline@cardiff.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx11.63 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.