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

Travel, Transport, Accommodation & Venue Solutions

  • First published: 24 May 2024
  • Last modified: 24 May 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03ec93
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
24 May 2024
Deadline date:
24 June 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The framework agreement covers Travel, Transport, Accommodation & Venue booking solutions, including the sourcing of air, rail and ground transportation inc vehicle hire, commercial accommodation (including, but not limited to: hotels, serviced apartments, holiday parks and camp-sites, staff blocks, halls of residence, barges and cruise vessels), ancillary services such as visas, passports and currency; services related to travel crisis response projects as required (eg. COVID test kits, evacuation services such as MEDEVAC flights, charter flights, security services, as well as emergency housing).

The scope of services also includes the provision of emergency travel, accommodation and support services to UK and Foreign Nationals that are under the care of the UK Government, including, but not limited to Asylum seekers, Afghan, Sudan and Ukrainian refugees, victims of abuse, released prisoners and rough sleepers. Service provision will not only include the sourcing of suitable accommodation venues, but also the supply of additional supporting services such as welfare, security and translation services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Travel, Transport, Accommodation & Venue Solutions

Reference number: RM6342

II.1.2) Main CPV code

63516000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The framework agreement covers Travel, Transport, Accommodation & Venue booking solutions, including the sourcing of air, rail and ground transportation inc vehicle hire, commercial accommodation (including, but not limited to: hotels, serviced apartments, holiday parks and camp-sites, staff blocks, halls of residence, barges and cruise vessels), ancillary services such as visas, passports and currency; services related to travel crisis response projects as required (eg. COVID test kits, evacuation services such as MEDEVAC flights, charter flights, security services, as well as emergency housing).

The scope of services also includes the provision of emergency travel, accommodation and support services to UK and Foreign Nationals that are under the care of the UK Government, including, but not limited to Asylum seekers, Afghan, Sudan and Ukrainian refugees, victims of abuse, released prisoners and rough sleepers. Service provision will not only include the sourcing of suitable accommodation venues, but also the supply of additional supporting services such as welfare, security and translation services.

II.1.5) Estimated total value

Value excluding VAT: 12 500 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 2 lots

Maximum number of lots that may be awarded to one tenderer: 2

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Bidders can bid for any of Lots 1-3 but they must state their preference and can only win one of lots 1-3.

If a Bidder is successful on one or more Lots (Lots 1 - 3) they will be awarded a Framework Contract for the Lot they have told us is your preference.

Any bidder can bid and win a place on Lot 4.

A bidder can win a maximum of 2 lots if bidding for lots 1 & 4.

II.2) Description

Lot No: Lot 1

II.2.1) Title

UK & OVERSEAS-BOOKED BUSINESS TRAVEL, APPROVED CIVILIAN PROGRAMMES AND EMERGENCY RESPONSE SOLUTIONS

II.2.2) Additional CPV code(s)

30237240

33140000

33952000

34114122

34114210

34114400

34115200

34120000

34121000

34121100

34121300

34121400

34121500

34500000

34512000

34512200

38950000

48222000

50111000

50240000

50241100

55000000

55100000

55110000

55120000

55130000

55200000

55210000

55220000

55240000

55250000

55270000

55520000

60000000

60100000

60112000

60120000

60130000

60140000

60170000

60171000

60172000

60180000

60200000

60400000

60410000

60420000

60423000

60424000

60424100

60424110

60424120

60600000

60650000

60651000

60651100

60651200

60653000

63000000

63500000

63510000

63515000

63516000

63520000

63710000

63711000

63712000

63720000

63726000

63726400

63726600

63730000

64224000

70130000

70300000

70333000

71320000

75111100

75122000

75231200

75240000

79111000

79415200

79430000

79530000

79540000

79625000

79710000

79900000

79952000

79993000

79997000

85000000

85312400

85320000

98000000

98300000

98340000

98341100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

A lot to cover the full scope of traditional UK or global-booked business travel, meetings, conferences and venues for events. Civilian programmes and crisis response travel and accommodation solutions, with additional (optional) wraparound welfare and security services for civilians as part of venue or accommodation-find services. Chartered air, rail or ground transportation for any type of planned or unplanned event or emergency response situation; commercial air, rail, ground transport or accommodation services. Accommodation including but not limited to hotels, serviced apartments, holiday parks, marine vessels. To be clear, this is a “one stop shop” lot, which can cater for all services that are catered separately under Lots 2, 3 and 4.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 5 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is 36 months, with an option to extend for 12 months.

CCS reserve the right to extend lots by varying durations

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Crown Commercial Service is acting as the Agent on behalf of the Authority.

Places to be awarded is a maximum of 3 per lot.

Lot No: Lot 2

II.2.1) Title

UK-BOOKED NATIONAL & INTERNATIONAL BUSINESS TRAVEL

II.2.2) Additional CPV code(s)

30237240

33952000

34114122

34114210

34114400

34115200

34120000

34121000

34121100

34121300

34121400

34121500

48222000

55100000

55110000

55130000

55200000

55250000

55270000

55520000

60000000

60100000

60112000

60120000

60130000

60140000

60170000

60171000

60172000

60180000

60200000

60400000

60410000

60424120

60600000

63500000

63510000

63515000

63516000

63520000

63710000

63711000

63712000

63720000

63730000

75111100

79430000

79710000

79997000

98300000

98340000

98341000

98341100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Complete travel management services for standard customer usage, covering UK point of sale only. The lot will allow the online and offline booking of air, rail, ground transportation and accommodation services.

It will not include any civilian travel or accommodation programmes / major crisis response services such as charters. Neither will it include the additional wraparound welfare services included in Lots 1 and 4.

It will also not include meetings and events, as this is covered in Lots 1 and 3.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 3 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is 36 months, with an option to extend for 12 months.

CCS reserve the right to extend lots by varying durations.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Crown Commercial Service is acting as the Agent on behalf of the Authority.

Places to be awarded is a maximum of 3 per lot.

Lot No: Lot 3

II.2.1) Title

VENUE-FIND & SUPPORTING SERVICES FOR MEETINGS, CONFERENCES & EVENTS

II.2.2) Additional CPV code(s)

30237240

33140000

33952000

38950000

48222000

55000000

55100000

55110000

55120000

55130000

55200000

55250000

55270000

55520000

60000000

60100000

60112000

60120000

60130000

60140000

60170000

60171000

60172000

60180000

60650000

60651000

60651100

60651200

60653000

63515000

63516000

63520000

63726400

64224000

75111100

79710000

79952000

79993000

79997000

98300000

98340000

98341000

98341100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Lot 3 will be a venue-find service for meetings, conferences and events (MICE). The demographic for this lot will be purely business travel and will not include venues for civilian cohorts such as Asylum Seekers or Rough Sleepers.

Accommodation in commercial venues can be sourced via this lot if it is in relation to a venue booking for a meeting. Such venues will also be expected to provide core additional services such as food and beverages, laundry and refreshments: any service that a venue can normally provide for a meeting can be sourced via this lot.

Similarly, ground transportation such as coaches and taxis can only be provided on this lot if it relates directly to a venue booked for the meeting or event. This will be a UK Point of Sale only lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 1 500 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The initial duration of the Framework is 36 months, with an option to extend for 12 months.

CCS reserve the right to extend lots by varying durations.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Crown Commercial Service is acting as the Agent on behalf of the Authority.

Places to be awarded is a maximum of 1 per lot.

Lot No: Lot 4

II.2.1) Title

ACCOMMODATION & VENUES FOR APPROVED CIVILIAN PROGRAMMES

II.2.2) Additional CPV code(s)

30237240

33140000

33952000

34114122

34114210

34114400

34115200

34120000

34121000

34121100

34121300

34121400

34121500

34500000

34510000

34512000

34512200

38950000

48222000

50111000

50240000

50241100

55000000

55100000

55110000

55120000

55130000

55200000

55210000

55220000

55240000

55250000

55270000

55520000

60000000

60100000

60112000

60120000

60130000

60140000

60170000

60171000

60172000

60180000

60600000

60650000

60651000

60651100

60651200

60653000

63000000

63515000

63516000

63520000

63710000

63711000

63712000

63720000

63726000

63726400

63726600

63730000

64224000

70130000

70300000

70333000

71320000

75122000

75231200

75240000

79111000

79415200

79430000

79530000

79540000

79625000

79710000

79900000

79952000

79993000

79997000

85000000

85100000

85300000

85311000

85312400

85320000

98000000

98300000

98340000

98341000

98341100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Venue sourcing for primarily civilian / refugee usage, including but not limited to hotels, serviced apartments, holiday parks, marine vessels as hotels and secure accommodation venues.

This lot will also include the option to source Wraparound services to cater for the on-site requirements at the venue for the cohort in question. This could include but not be limited to: welfare service provision, site security services, liaison with venue providers, translation services and signposting to local education, health or employment services.

Ground transportation to move cohorts of Service Users (SUs) between locations and to/from appointments or their arrival point (eg. asylum seekers) can also be sourced via this lot.

This lot is not to be used for normal duty/business accommodation unless it is in direct support of civilian cohort programmes, with the sole exception of troops (MOD).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.6) Estimated value

Value excluding VAT: 3 000 000 000.00  GBP

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

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

Crown Commercial Service is acting as the Agent on behalf of the Authority.

Places to be awarded is a maximum of 2 per lot.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Crown Commercial Service is acting as the Agent on behalf of the Authority.

Places to be awarded is a maximum of 2 per lot

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-022524

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 24/06/2024

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 21/12/2024

IV.2.7) Conditions for opening of tenders

Date: 24/06/2024

Local time: 15:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Enter a value: As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/c78620e5-ba56-4c7c-984d-460d7d21d954

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that the Government collects, stores, processes, generates or shares to deliver services and conduct business.

Cyber Essentials Plus is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials Plus scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials Plus, for services under and in connection with this procurement.

Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222. (Text)

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

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

VI.5) Date of dispatch of this notice

23/05/2024

Coding

Commodity categories

ID Title Parent category
98340000 Accommodation and office services Miscellaneous services
98341100 Accommodation management services Accommodation services
98341000 Accommodation services Accommodation and office services
75122000 Administrative healthcare services Administrative services of agencies
60400000 Air transport services Transport services (excl. Waste transport)
60423000 Air-charter services Non-scheduled air transport services
79993000 Building and facilities management services Miscellaneous business-related services
34121000 Buses and coaches Motor vehicles for the transport of 10 or more persons
79997000 Business travel services Miscellaneous business-related services
55200000 Camping sites and other non-hotel accommodation Hotel, restaurant and retail trade services
55220000 Camping-site services Camping sites and other non-hotel accommodation
55520000 Catering services Canteen and catering services
34121500 Coaches Buses and coaches
79430000 Crisis management services Business and management consultancy and related services
34512200 Cruise ships Ships and similar vessels for the transport of persons or goods
79415200 Design consultancy services Production management consultancy services
34121300 Double-decker buses Buses and coaches
71320000 Engineering design services Engineering services
79952000 Event services Exhibition, fair and congress organisation services
75111100 Executive services Executive and legislative services
50111000 Fleet management, repair and maintenance services Repair and maintenance services of motor vehicles and associated equipment
85000000 Health and social work services Other Services
85100000 Health services Health and social work services
60424000 Hire of air transport equipment with crew Non-scheduled air transport services
60424100 Hire of aircraft with crew Hire of air transport equipment with crew
60653000 Hire of boats with crew Hire of water transport equipment with crew
60172000 Hire of buses and coaches with driver Hire of passenger transport vehicles with driver
60424110 Hire of fixed-wing aircraft with crew Hire of air transport equipment with crew
60180000 Hire of goods-transport vehicles with driver Road transport services
60424120 Hire of helicopters with crew Hire of air transport equipment with crew
60651200 Hire of inland waterway vessels with crew Hire of vessels with crew
60171000 Hire of passenger cars with driver Hire of passenger transport vehicles with driver
60170000 Hire of passenger transport vehicles with driver Road transport services
60651100 Hire of sea-going vessels with crew Hire of vessels with crew
60651000 Hire of vessels with crew Hire of water transport equipment with crew
60650000 Hire of water transport equipment with crew Water transport services
55240000 Holiday centre and holiday home services Camping sites and other non-hotel accommodation
55110000 Hotel accommodation services Hotel services
55120000 Hotel meeting and conference services Hotel services
55100000 Hotel services Hotel, restaurant and retail trade services
55000000 Hotel, restaurant and retail trade services Other Services
70333000 Housing services Property management services of real estate on a fee or contract basis
79540000 Interpretation services Office-support services
79111000 Legal advisory services Legal advisory and representation services
70130000 Letting services of own property Real estate services with own property
55250000 Letting services of short-stay furnished accommodation Camping sites and other non-hotel accommodation
34121400 Low-floor buses Buses and coaches
33140000 Medical consumables Medical equipments
34114400 Minibuses Specialist vehicles
79900000 Miscellaneous business and business-related services Business services: law, marketing, consulting, recruitment, printing and security
98300000 Miscellaneous services Other community, social and personal services
63726000 Miscellaneous water transport support services Support services for water transport
34120000 Motor vehicles for the transport of 10 or more persons Motor vehicles
34115200 Motor vehicles for the transport of fewer than 10 persons Other passenger cars
60420000 Non-scheduled air transport services Air transport services
60140000 Non-scheduled passenger transport Road transport services
98000000 Other community, social and personal services Other Services
55130000 Other hotel services Hotel services
34114122 Patient-transport vehicles Specialist vehicles
38950000 Polymerase Chain Reaction (PCR) equipment Miscellaneous evaluation or testing instruments
34114210 Prisoner-transport vehicles Specialist vehicles
60112000 Public road transport services Road transport services
75240000 Public security, law and order services Provision of services to the community
34121100 Public-service buses Buses and coaches
60200000 Railway transport services Transport services (excl. Waste transport)
70300000 Real estate agency services on a fee or contract basis Real estate services
50240000 Repair, maintenance and associated services related to marine and other equipment Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
60100000 Road transport services Transport services (excl. Waste transport)
60410000 Scheduled air transport services Air transport services
79710000 Security services Investigation and security services
55270000 Services provided by bed and breakfast establishments Camping sites and other non-hotel accommodation
75231200 Services related to the detention or rehabilitation of criminals Judicial services
63726400 Ship chartering services Miscellaneous water transport support services
63726600 Ship-operating services Miscellaneous water transport support services
34510000 Ships Ships and boats
34500000 Ships and boats Transport equipment and auxiliary products to transportation
34512000 Ships and similar vessels for the transport of persons or goods Ships
85320000 Social services Social work and related services
85300000 Social work and related services Health and social work services
85311000 Social work services with accommodation Social work services
60130000 Special-purpose road passenger-transport services Road transport services
79625000 Supply services of medical personnel Supply services of personnel including temporary staff
63730000 Support services for air transport Support services for land, water and air transport
63710000 Support services for land transport Support services for land, water and air transport
63711000 Support services for railway transport Support services for land transport
63712000 Support services for road transport Support services for land transport
63720000 Support services for water transport Support services for land, water and air transport
63000000 Supporting and auxiliary transport services; travel agencies services Transport and Related Services
60120000 Taxi services Road transport services
64224000 Teleconferencing services Telecommunication services except telephone and data transmission services
79530000 Translation services Office-support services
63520000 Transport agency services Travel agency, tour operator and tourist assistance services
33952000 Transport equipment and auxiliary products to transportation Clinical forensics equipment and supplies
60000000 Transport services (excl. Waste transport) Transport and Related Services
63510000 Travel agency and similar services Travel agency, tour operator and tourist assistance services
63500000 Travel agency, tour operator and tourist assistance services Supporting and auxiliary transport services; travel agencies services
63516000 Travel management services Travel agency and similar services
63515000 Travel services Travel agency and similar services
50241100 Vessel repair services Repair and maintenance services of ships
60600000 Water transport services Transport services (excl. Waste transport)
30237240 Web camera Parts, accessories and supplies for computers
48222000 Web server software package Internet and intranet software package
85312400 Welfare services not delivered through residential institutions Social work services without accommodation
55210000 Youth hostel services Camping sites and other non-hotel accommodation

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:
supplier@crowncommercial.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.