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

NPS IT Products and Services Framework

  • First published: 27 July 2015
  • Last modified: 27 July 2015

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)

Contents

Summary

OCID:
ocds-kuma6s-027196
Published by:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Authority ID:
AA27760
Publication date:
27 July 2015
Deadline date:
01 September 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

This procurement exercise is being conducted by the National Procurement Service for Wales (NPS), which is hosted by the Welsh Government. NPS acts on behalf of the Welsh public sector to deliver value for money from the procurement of common and repetitive goods and services 'once for Wales'. The NPS on behalf of the Welsh public sector wishes to establish a multi lot Framework Agreement for the provision of IT Products and Services. The scope of this framework includes; Common Off The Shelf (COTS) software, software licensing (corporate and educational), Software asset management, Hardware (corporate and educational), Audio Visual, combined solutions spanning two or more Lots and Associated Services. Please note , the following are NOT included within the scope of this framework: Applications management; software development; Bespoke Solutions; Multi-functional Device Managed Services; Repairs; Cabling ; Managed Services; Support desk and End of Life Services. The National Procurement Service reserves the right for: 1. an electronic auction to be held by customers during further competition among the parties to the Framework Agreement. 2. A customer to assess whether past performance selection criterion is met prior to the proposed conclusion of a call-off agreement with a value of GBP 20 million or greater (excluding VAT). Failure to meet the selection criterion set will render the supplier ineligible for that call-off agreement. CPV: 48000000, 48100000, 48200000, 48300000, 48400000, 48500000, 48600000, 48700000, 48900000, 30200000, 32000000, 32200000, 32300000, 32500000, 50300000, 51000000, 30000000, 72000000, 50000000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


The Welsh Ministers (National Procurement Service)

T’yr Afon, Bedwas Road

Caerphilly

CF83 8WT

UK

ICT Category

+44 00000000000

NPSCategoryTeam@Wales.GSI.Gov.UK


http://npswales.gov.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA27760

http://www.etenderwales.bravosolution.co.uk/

http://www.etenderwales.bravosolution.co.uk/
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

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

The National Procurement Service (NPS) is a pan public sector organisation, for the public sector, of the public sector, which will deliver 'All-Wales' contracts and frameworks for all public sector organisations in Wales. The current list of organisations signed up to using the NPS can be found at: http://npswales.gov.uk/about-us/customer-member-organisations?lang=en This list may be subject to change if further organisations sign up to use the NPS, or if any of these organisations are replaced during the life of the agreement. In addition, the agreement will be available for use by All Schools and Educational Establishments, Town and Community Councils, Citizen Advice Bureaus, Housing Associations and Voluntary Organisations within the City and County Boundaries of Wales. Welsh Public Sector organisations that are not named above, but sign up to the NPS during the term of the agreement will be allowed to use the Agreement as NPS members. Further details of organisations that can utilise this framework can be found in the contract documentation.

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

NPS IT Products and Services Framework

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

Checked box Unchecked box Unchecked box
Unchecked box Unchecked box

II.1.2(c))

Type of service contract

II.1.2)

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

Across Wales



UKL

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

55

Duration of the framework agreement

48

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

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

This procurement exercise is being conducted by the National Procurement Service for Wales (NPS), which is hosted by the Welsh Government. NPS acts on behalf of the Welsh public sector to deliver value for money from the procurement of common and repetitive goods and services 'once for Wales'.

The NPS on behalf of the Welsh public sector wishes to establish a multi lot Framework Agreement for the provision of IT Products and Services. The scope of this framework includes; Common Off The Shelf (COTS) software, software licensing (corporate and educational), Software asset management, Hardware (corporate and educational), Audio Visual, combined solutions spanning two or more Lots and Associated Services.

Please note , the following are NOT included within the scope of this framework: Applications management; software development; Bespoke Solutions; Multi-functional Device Managed Services; Repairs; Cabling ; Managed Services; Support desk and End of Life Services.

The National Procurement Service reserves the right for:

1. an electronic auction to be held by customers during further competition among the parties to the Framework Agreement.

2. A customer to assess whether past performance selection criterion is met prior to the proposed conclusion of a call-off agreement with a value of GBP 20 million or greater (excluding VAT). Failure to meet the selection criterion set will render the supplier ineligible for that call-off agreement.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=27196

II.1.6)

Common Procurement Vocabulary (CPV)

48000000
48100000
48200000
48300000
48400000
48500000
48600000
48700000
48900000
30200000
32000000
32200000
32300000
32500000
50300000
51000000
30000000
72000000
50000000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Checked box Unchecked box

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The range of services covered by the framework are described within Schedule 2 of the Tender Documentation (accessed via the eTenderWales portal).

II.2.2)

Options

The Framework Agreement will be for a maximum period of up to 4 years.

The initial term of the framework will be for a period of 2 years with the option to extend for further periods up to 2 years.

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 Tender Documentation.

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

III.1.2)

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

As set out in the Tender Documentation.

Payment terms will be indicated in the contract documents. Tenders are to be priced in Pound Sterling (GBP). Payment to be made in Pound Sterling (GBP)only.

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

No special legal form required but joint and several liability to be assumed by all group bidders before acceptance

III.1.4)

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

III.2)

Conditions for Participation

III.2.1)

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


(1) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

Details provided in the tender documentation

III.2.2)

Economic and financial capacity


Details to be provided will be listed in the invitation to tender document and tender documentation.




III.2.3)

Technical capacity


Details to be provided will be listed in the invitation to tender document and tender documentation.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Checked box Unchecked 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

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

NPS-ICT-0019-15

IV.3.2)

Previous publication(s) concerning the same contract

Checked box
Unchecked box
2014/S 214-378599 04-11-2014

Other previous publications

2015/S 023-037460 29-01-2015

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 01-09-2015  14:00

IV.3.5)

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


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


Between 24 - 48 months

VI.2)

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

No



VI.3)

Additional Information

The Invitation to Tender (ITT) documentation can be accessed via https://etenderwales.bravosolution.co.uk.

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a username and will receive a password.

- The Password will be sent by e-mail to the e-mail address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click "Forgot your password?"

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

HOW TO FIND THE ITT:

- Once logged in you must click on 'ITTs Open to all Suppliers'.

- The etender references for this framework are:

Project:30396

ITTs

The following ITTs must be completed by Tenderers wishing to bid for each subject area:

itt_48551 - Qualification Questionnaire (MUST BE COMPLETED BY ALL TENDERERS)

itt_48534 - Lot 1:Desktop Software and Associated Products and Services

itt_48551 - Lot 2: Microsoft Corporate Licensing and Associated Products and Services

itt_48559 - Lot 3: Microsoft Educational Licensing and Associated Products and Services

itt_48560 - Lot 4: End User Hardware and Associated Products and Services

itt_48561 - Lot 5: Infrastructure Software and Associated Products and Services

itt_48563 - Lot 6: : Servers, Storage Devices and Associated Products and Services

itt_48564 - Lot 7: Network Equipment and Associated Products and Services

itt_48565 - Lot 8: Network Firewall Appliances and Associated Services

itt_48895 - Lot 9a (South Wales Zone): Audio Visual Equipment and Associated Products and Services

itt_48896 - Lot 9b (Mid and West Wales Zone): Audio Visual Equipment and Associated Products and Services

itt_48567 - Lot 9c (North Wales Zone): Audio Visual Equipment and Associated Products and Services

itt_48659 - Lot 10: Education End User Devices and Associated Services

itt_48660 - Lot 11: Peripherals & Ancillary Products

itt_48661 - Lot 12: Integrated Solutions

itt_48661 - Lot 13: Community Benefits (MUST BE COMPLETED BY ALL TENDERERS)

- Click on the title to access summary details of the ITT. If you are still interested in submitting a tender, click the 'Express an Interest button'. This will move the ITT from the 'Open to all Suppliers' area to the 'My ITT's' on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the 'Attachments' area.

If you have any queries regarding the requirements please message using the e-tenderwales message portal. If you are seeking help on using the etenderwales system please email the bravo solutions helpdesk at help@bravosolution.co.uk or 0800 3684852

If you require the documentation in an alternative format, please use the 'Messages' area to contact the buyer directly, who will be able to provide a more suitable format. For example, Braille, Large Print, Word Document or Audio format.

(WA Ref:21030)

The Welsh Ministers (NPS) will not be liable for any bidder costs arising from the non award of this framework.

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. This Framework Agreement will be using a Non-Core approach to "Community Benefits". Tenderers are asked to submit a Method Statement in the form of a Community Benefits Plan setting out how they will deliver "community benefits" on a cost neutral basis through the contract as requested in the Technical Questionnaire.

(WA Ref:27196)

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:

As detailed in the Tender documentation

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

VI.4.3)

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










VI.5)

Dispatch date of this Notice

 27-07-2015

ANNEX B

Information About Lots

1     Desktop Software and Associated Products and Services

1)

Short Description

The provision of IT Products and Services

2)

Common Procurement Vocabulary (CPV)

48700000
48100000
48300000
48400000
48500000
48600000
48000000
48900000

3)

Quantity or scope

Scope to include, but not restricted to:

Graphics, Web Design, Desktop Publishing & Photo Editing Tools, Reporting Tools, Alternative Operating Systems, Alternative Desktop Productivity Suites, CAD Software, mapping tools, PDF creation and editing tools.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

A maximum of 5 suppliers will be awarded a place within this Lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.

ANNEX B

Information About Lots

10     Education End User Devices and Associated Services

1)

Short Description

The Provision of IT Products and Services

2)

Common Procurement Vocabulary (CPV)

30200000
30000000
30100000

3)

Quantity or scope

Scope to include, but not restricted to:

Education specific devices. Chromebooks, Laptops, PC, Apples devices and accessories, configuration and software, i.e. iPad, iPad Mini, Apple TV, MacBook, iMac, Accessories.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

A maximum of 3 suppliers will be awarded a place within this lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.

ANNEX B

Information About Lots

11     Peripherals & Ancillary Products

1)

Short Description

The Provision of IT Products and Services

2)

Common Procurement Vocabulary (CPV)

30200000

3)

Quantity or scope

Scope to include, but not restricted to:

Peripheral devices, i.e. digital cameras, desktop printers, memory devices, batteries, cables, keyboards, mice.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

A maximum of 3 suppliers will be awarded a place within this lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.

ANNEX B

Information About Lots

12     Integrated Solutions

1)

Short Description

The Provision of IT Products and Services

2)

Common Procurement Vocabulary (CPV)

30000000
48000000
72000000
50000000

3)

Quantity or scope

Scope to include, but not restricted to:

Solutions that meet customer requirements that could not otherwise be met through the above individual lots.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

A maximum of 5 suppliers will be awarded a place within this lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.

ANNEX B

Information About Lots

2     Microsoft Corporate Licensing and Associated Services

1)

Short Description

Provision of IT Products and Services

2)

Common Procurement Vocabulary (CPV)

48000000
48600000

3)

Quantity or scope

Scope to include, but not restricted to:

Products licensed and distributed by Microsoft or Microsoft approved resellers including, but not linked to, Select Agreements, Subscription Agreements and Enterprise License Agreements.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

A maximum of 3 suppliers will be awarded a place within this Lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.

ANNEX B

Information About Lots

3     Microsoft Educational Licensing and Associated Products and Services

1)

Short Description

The Provision of IT Products and Services

2)

Common Procurement Vocabulary (CPV)

48000000
48600000

3)

Quantity or scope

Scope to include, but not restricted to:

Products licensed and distributed by Microsoft or Microsoft approved resellers including, but not linked to, Select Agreements, Subscription Agreements and Enterprise License Agreements.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

A maximum of 3 suppliers will be awarded a place within this Lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.

ANNEX B

Information About Lots

4     End User Hardware and Associated Products and Services

1)

Short Description

The Provision of IT Products and Services

2)

Common Procurement Vocabulary (CPV)

30200000
30100000
30000000

3)

Quantity or scope

Scope to include, but not restricted to:

End-user devices and associated services, i.e. PCs, Laptops, Thin Customers, Bundles, Tablets, Hybrids, monitors etc.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

A maximum of 6 suppliers will be awarded a place within this lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.

ANNEX B

Information About Lots

5     Infrastructure Software and Associated Products and Services

1)

Short Description

The Provision of IT Products and Services

2)

Common Procurement Vocabulary (CPV)

48000000
48200000
48800000
48900000
48700000

3)

Quantity or scope

Scope to include, but not restricted to:

Terminal Services, Virtualisation Software (server & desktop) Tools for Flexible Working, Security Software, Corporate Firewall, Antivirus protection, Data Encryption, Email Spam Filtering, Log Consolidation, Network packet analysis, Intrusion detect, active directory report, alert automation, patch management, Web-filtering, factor authentication, Software asset management (Software.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

A maximum of 5 suppliers will be awarded a place within this lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.

ANNEX B

Information About Lots

6     Servers, Storage Devices and Associated Products and Services

1)

Short Description

The Provision of IT Products and Services

2)

Common Procurement Vocabulary (CPV)

30200000
48000000

3)

Quantity or scope

Scope to include, but not restricted to:

Server room equipment, services and associated software, i.e. Servers, Storage, peripherals etc.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

A maximum of 5 suppliers will be awarded a place within this lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.

ANNEX B

Information About Lots

7     Network Equipment and Associated Products and Services

1)

Short Description

The Provision of IT Products and Services

2)

Common Procurement Vocabulary (CPV)

30200000
48200000

3)

Quantity or scope

Scope to include, but not restricted to:

Networking equipment, associated services and licensing.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

A maximum of 5 suppliers will be awarded a place within this lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.

ANNEX B

Information About Lots

8     Network Firewall Appliances and Associated Services

1)

Short Description

The Provision of IT Products and Services

2)

Common Procurement Vocabulary (CPV)

30200000
48200000

3)

Quantity or scope

Scope to include, but not restricted to:

Network Security equipment, associated services and licensing , i.e. Firewalls.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

A maximum of 3 suppliers will be awarded a place within this lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.

ANNEX B

Information About Lots

9     Audio Visual Equipment and Associated Products and Services

1)

Short Description

The Provision of IT Products and Associated Services

2)

Common Procurement Vocabulary (CPV)

32000000
32200000
32300000
32400000
32500000
30200000
50300000
51000000

3)

Quantity or scope

Scope to include, but not restricted to:

AV equipment, plus design, install and maintenance services, i.e. Whiteboards, projectors, VC, large monitors, audio systems etc.

Further details provided in the Tender documentation.


4)

Indication about different contract dates

5)

Additional Information about lots

This lot will be split into 3 zonal areas (details regarding these zones are included within the tender documentation).

A maximum of 3 suppliers will be awarded within each zonal lot.

Customers will be able to vary the weightings of the award criteria as part of the framework call-off procedure. Further details regarding variance ranges are included within the Tender Documentation.


Coding

Commodity categories

ID Title Parent category
48400000 Business transaction and personal business software package Software package and information systems
48500000 Communication and multimedia software package Software package and information systems
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
48600000 Database and operating software package Software package and information systems
48300000 Document creation, drawing, imaging, scheduling and productivity software package Software package and information systems
48100000 Industry specific software package Software package and information systems
51000000 Installation services (except software) Other Services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48900000 Miscellaneous software package and computer systems Software package and information systems
48200000 Networking, Internet and intranet software package Software package and information systems
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
32000000 Radio, television, communication, telecommunication and related equipment Technology and Equipment
50000000 Repair and maintenance services Other Services
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment Repair and maintenance services
48000000 Software package and information systems Computer and Related Services
48700000 Software package utilities Software package and information systems
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment
32300000 Television and radio receivers, and sound or video recording or reproducing apparatus Radio, television, communication, telecommunication and related equipment
32200000 Transmission apparatus for radiotelephony, radiotelegraphy, radio broadcasting and television Radio, television, communication, telecommunication and related equipment

Delivery locations

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

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:
27 July 2015
Deadline date:
01 September 2015 00:00
Notice type:
Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery
Publication date:
08 January 2016
Notice type:
Contract Award Notice
Authority name:
Llywodraeth Cymru / Welsh Government - Commercial Delivery

About the buyer

Main contact:
NPSCategoryTeam@Wales.GSI.Gov.UK
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.