Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Glasgow school of Art: Stow College Refurbishment Project.

  • Cyhoeddwyd gyntaf: 20 Ebrill 2016
  • Wedi'i addasu ddiwethaf: 20 Ebrill 2016

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Glasgow School of Art
ID Awudurdod:
AA21039
Dyddiad cyhoeddi:
20 Ebrill 2016
Dyddiad Cau:
16 Mai 2016
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Glasgow School of Art (GSA) is 1 of Europe's leading independent university-level institutions for the visual creative disciplines. Its studio-based, specialist, practice-led learning and research draws talented individuals with a shared passion for visual culture and creative production from all over the world.

On this basis — and following a feasibility exercise conducted in October/ November 2015 (see Appendix A) the GSA submitted an offer of purchase and is now the ‘preferred bidder’ for the Stow Building, with negotiations ongoing and progressing positively at the time of publish of the Contract Notice.

The overall objective of Phase 0 is to carry out the adaptation and refurbishment of the existing Stow College Building to provide suitable teaching, learning and support facilities, principally for the GSA's School of Fine Art (SoFA), for the commencement of use in September 2017 (Phase O). Please note that Phase 0 does not include for any works to the fifth floor or roof, which the GSA are currently reviewing for inclusion within Phase 1.

The city centre site, although on the edge of a conservation area, is well-positioned logistically. Located in close proximity to the M8 motorway, the site benefits from excellent transport links. The building is situated on c. 3 acres of land, with a large car parking facility that could be useful to the Main Contractor to manage Welfare and materials during the programme of Works.

GSA is seeking to appoint a Main Contractor to complete the Works.

Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code project_5881 under PQQs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the PQQ it will move to your My PQQs area.

For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf

If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Glasgow School of Art

167 Renfrew Street

Glasgow

G3 6RQ

UK

Michael McLaughlin

+44 1413534500



http://www.gsa.ac.uk/

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00197

Yes

Yes. Access through www.publiccontractsscotland.gov.uk. Tenders to be submitted through PCS-T
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio

I.2)

Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Na

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr awdurdod contractio

Glasgow school of Art: Stow College Refurbishment Project.

II.1.2(a))

Math o gontract gwaith

Blwch heb ei dicio Blwch heb ei dicio
Blwch wedi'i dicio

II.1.2(b))

Math o gontract cyflenwadau

II.1.2(c))

Math o gontract gwasanaeth

II.1.2)

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio

Glasgow.



UK

II.1.3)

Mae'r hysbysiad hwn yn ymwneud â

Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch heb ei dicio
Blwch heb ei dicio

Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith

Hyd y cytundeb fframwaith

Cyfiawnhad dros gytundeb fframwaith sy'n para am fwy na phedair blynedd

Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith

Amlder a gwerth y contractau a gaiff eu dyfarnu

II.1.5)

Disgrifiad byr o'r contract neu'r pryniant/pryniannau

The Glasgow School of Art (GSA) is 1 of Europe's leading independent university-level institutions for the visual creative disciplines. Its studio-based, specialist, practice-led learning and research draws talented individuals with a shared passion for visual culture and creative production from all over the world.

On this basis — and following a feasibility exercise conducted in October/ November 2015 (see Appendix A) the GSA submitted an offer of purchase and is now the ‘preferred bidder’ for the Stow Building, with negotiations ongoing and progressing positively at the time of publish of the Contract Notice.

The overall objective of Phase 0 is to carry out the adaptation and refurbishment of the existing Stow College Building to provide suitable teaching, learning and support facilities, principally for the GSA's School of Fine Art (SoFA), for the commencement of use in September 2017 (Phase O). Please note that Phase 0 does not include for any works to the fifth floor or roof, which the GSA are currently reviewing for inclusion within Phase 1.

The city centre site, although on the edge of a conservation area, is well-positioned logistically. Located in close proximity to the M8 motorway, the site benefits from excellent transport links. The building is situated on c. 3 acres of land, with a large car parking facility that could be useful to the Main Contractor to manage Welfare and materials during the programme of Works.

GSA is seeking to appoint a Main Contractor to complete the Works.

Note: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.

To access PCS-Tender, record your interest in this notice and access the tender documentation please visit https://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code project_5881 under PQQs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the PQQ it will move to your My PQQs area.

For further information on using PCS-Tender, please read the Supplier Response Guide: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf

If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

45454100
45210000
90650000
45262660
45111100
44221100
45421110
45421100
45421132
44221110
45223200
45260000
18220000
45442100
45442110
45440000
45261200
45261320
45232452
45453100
45320000
50710000
50712000
45421000
45420000
45450000

II.1.7)

Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)

Blwch wedi'i dicio

II.1.8)

Rhannu'n lotiau

Na

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Na

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

The Glasgow School of Art (GSA) is seeking to appoint a suitably skilled and experienced Principal Contractor to complete the Works for the refurbishment of the Stow College Building.

The Candidate will have demonstrable experience of working within buildings of a prominent and architecturally significant nature.

Following a single stage, open book, tendering approach, the appointment will be made under a single contract arrangement with all other services being employed through a sub-contract arrangement to the Main Contractor, where necessary.

GSA may, during the period of the construction works, appoint some specialist Contractors through direct award, with access and welfare to be provided by the Main Contractor if applicable.

It is envisaged that the Main Contractor will be retained for the duration of the Stow College Project. Currently the GSA has sanctioned the commencement of Phase 0 (at a budget level, as previously outlined, of 4 500 000 GBP — 5 000 000 GBP). However the GSA is currently reviewing its position with respect to sanctioning Phase 1 (Fifth Floor and Roof works; budget yet to be confirmed, however current estimates suggest a budget range of 5 000 000 GBP — 10 000 000 GBP).

It is intended that the terms of the contract will be based on a SBCC standard form of contract together with project specific amendments to the standard form conditions.

4 500 00015 000 000
GBP

II.2.2)

Opsiynau

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

Nifer yr adnewyddiadau posibl

Yn achos contractau cyflenwadau neu wasanaethau adnewyddadwy, amserlen amcangyfrifedig ar gyfer contractau dilynol

II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

  05 - 09 - 2016   31 - 08 - 2019

Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol

III.1)

Amodau sy'n Ymwneud â'r Contract

III.1.1)

Adneuon a gwarantau sydd eu hangen

III.1.2)

Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol

Terms within the ITT document.

III.1.3)

Y ffurf gyfreithiol i'w chymryd gan y grŵp o gyflenwyr, contractwyr neu ddarparwyr gwasanaeth y caiff y contract ei ddyfarnu iddo

Where a consortium or other grouping of suppliers submits a bid, such consortia or grouping must nominate a lead organisation to deal with GSA on all matters relating the to Contract. All consortium members or grouping will be required to be jointly and severally liable in respect to the obligations and liabilities relating to the Contract.

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol gweithredwyr economaidd, gan gynnwys gofynion sy'n ymwneud â chofrestru ar gofrestrau proffesiynol neu fasnach


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) 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.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

MUST treat as ineligible and must not select a Candidate if GSA has actual knowledge that the Candidate or its directors or any other person who has powers of representation, decision or control of the Candidate has been convicted of any of the offences listed within this regulation and the PQQ document.

Subject to Regulation 23 paragraph (4) of the Public Contract Scotland Regulations 2012, GSA may treat a Candidate as ineligible or decide not to select a Candidate in accordance with these Regulations on one or more of the grounds described in this regulation or within the PQQ document.

III.2.2)

Capasiti economaidd ac ariannol




All candidates must provide a copy of your audited accounts or equivalent for the most recent two years, along with details of any significant changes since the last year end.

Where a consortium is proposed, this is also required for each member of the consortium.

Candidates are required to have a minimum average turnover of 10 000 000 GBP and will be rejected if this minimum turnover is not met, so as not to be exposed to undue financial risk.

Where this annual turnover figure is not met by the Candidates, consideration may be given to the parent company/group of companies. If the Candidate wishes to rely on the financial standing of its parent/group, then a the parent company/group must also be willing to provide a parent company guarantee.

Candidates must pass the financial analysis including financial ratios, credit and cash position and profitability.

Candidates confirm whether they have or can commit to obtain, prior to the

commencement of the contract, the levels of insurance cover indicated. Candidates that do

not have, or cannot commit to obtain, the required levels of insurance may be excluded from

further participation in this procurement exercise.

Employer's (Compulsory) Liability Insurance = 10 000 000 GBP.

Product Liability Insurance = 10 000 000 GBP.

Professional Indemnity Insurance (Each and every claim policy) = 5 000 000 GBP.

Public Liability Insurance = 10 000 000 GBP.

Plant and Equipment Insurance.

Motor Insurance.


III.2.3)

Capasiti technegol


(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years

(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.

(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.

(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.

(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided

(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;

(8) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;

(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.

(11) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.

(12) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.




III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn


Blwch heb ei dicio Blwch wedi'i dicio
Blwch heb ei dicio Blwch heb ei dicio
Blwch heb ei dicio Blwch heb ei dicio

Cyfiawnhad dros ddewis gweithdrefn gyflym

IV.1.1)

A yw ymgeiswyr wedi'u dewis eisoes?

Na

IV.1.2)

Cyfyngiadau ar nifer y gweithredwyr a gaiff eu gwahodd i dendro neu gymryd rhan

5

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

The following criteria will be minimum requirements and Pass/Fail.

Submission of accounts for previous 2 years.

Minimum average annual turnover of 10 000 000 GBP.

Financial Analysis.

The Candidate shall satisfy minimum insurance requirements as noted in PQQ document.

The Candidate holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

The Candidate comply with the statutory obligations under the Equality Act 2010 (or equivalent).

The Candidate must willing to undertake the duties of Principal Contractor.

Candidates will be scored on:

Technical and Professional ability including;

Technical Experience using Case studies;

Staffing and resources;

Subcontracting policy;

Environmental standards;

Health and Safety standards;

Community benefits;

Full details are provided within the PQQ documents.

IV.1.3)

Lleihau nifer y gweithredwyr yn ystod y broses negodi neu'r deialog

Blwch heb ei dicio

IV.2)

Meini Prawf Dyfarnu

Na


Ie

Na

IV.2.2)

Defnyddir arwerthiant electronig

Na

IV.3 Gwybodaeth Weinyddol

IV.3.1)

Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr awdurdod contractio

GSA-STW001

IV.3.2)

Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract

Blwch heb ei dicio
Blwch heb ei dicio


Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael manylebau a dogfennau ychwanegol



 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  16 - 05 - 2016   13:00

IV.3.5)

Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd

  20 - 06 - 2016

IV.3.6)

Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan

Blwch wedi'i dicio     

IV.3.7)

Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw'r tendr 

IV.3.8)

Amodau ar gyfer agor tendrau





Adran VI: Gwybodaeth Arall

VI.1)

Nodwch a yw'r broses gaffael hon yn digwydd yn rheolaidd a rhowch Amcangyfrif o pryd y caiff hysbysiadau pellach eu cyhoeddi


VI.2)

A yw'r contract yn ymwneud â Phrosiect/Rhaglen a ariennir gan Gronfeydd Cymunedol?

Na



VI.3)

Gwybodaeth Ychwanegol

(SC Ref: 441921).

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:

Community Benefits included in this contract are:

— Work experience placements for full-time students and/or

programme-led apprenticeships;

— Training and development;

— Engagement with third sector organisations;

— Engagement with the Prince's Trust (or equivalent); and

— Engagement with the Glasgow arts communities.

The contractor will be expected to demonstrate that they have a commitment to apprenticeships and broader community benefit through outreach work, open days, representation at seminars and skills training.

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am y gweithdrefnau apelio










Corff sy'n gyfrifol am y gweithdrefnau cyfryngu










VI.4.2)

Cyflwyno apeliadau

GSA will incorporate a minimum 10 calendar day standstill period following electronic notification to unsuccessful applicants of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2012 may bring proceedings in the Sheriff Court or Court of Session.

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho










VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  15 - 04 - 2016

ATODIAD A

Cyfeiriadau a Phwyntiau Cyswllt Ychwanegol

I)

Cyfeiriad a phwyntiau cyswllt ar gyfer cael gwybodaeth bellach



Glasgow School of Art

167 Renfrew Street

Glasgow

G3 6RQ

UK

Procurement

Michael McLaughlin/Sarah Leitch

+44 1413534500


http://www.gsa.ac.uk/

II)

Cyfeiriad a phwyntiau cyswllt ar gyfer cael manylebau a dogfennaeth ychwanegol



Glasgow School of Art

167 Renfrew Street

Glasgow

G3 6RQ

UK


+44 1413534500


http://www.gsa.ac.uk/

III)

Cyfeiriad a phwyntiau cyswllt ar gyfer anfon Tendrau/Ceisiadau i Gymryd Rhan:



Glasgow School of Art

167 Renfrew Street

Glasgow

G3 6RQ

UK


+44 1413534500


http://www.gsa.ac.uk/

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44221100 Ffenestri Ffenestri, drysau ac eitemau cysylltiedig
44221110 Fframiau ffenestri Ffenestri, drysau ac eitemau cysylltiedig
45421100 Gosod drysau a ffenestri a chydrannau cysylltiedig Gwaith asiedydd
45421132 Gosod ffenestri Gwaith asiedydd
45421110 Gosod fframiau drysau a ffenestri Gwaith asiedydd
45210000 Gwaith adeiladu adeiladau Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45454100 Gwaith adfer Gwaith ailstrwythuro
45453100 Gwaith adnewyddu Gwaith atgyweirio ac ailwampio
45421000 Gwaith asiedydd Gwaith gosod gwaith asiedydd a saer
45261320 Gwaith cwteru Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45232452 Gwaith draenio Gwaith ategol ar gyfer piblinellau a cheblau
45111100 Gwaith dymchwel Gwaith dymchwel, paratoi a chlirio safleoedd
45261200 Gwaith gorchuddio a phaentio toeau Gwaith codi fframiau a gorchuddion to a gwaith cysylltiedig
45420000 Gwaith gosod gwaith asiedydd a saer Gwaith cwblhau adeiladau
45320000 Gwaith inswleiddio Gwaith gosod ar gyfer adeiladau
45442100 Gwaith paentio Gwaith taenu araenau amddiffynnol
45440000 Gwaith paentio a gwydro Gwaith cwblhau adeiladau
45442110 Gwaith paentio adeiladau Gwaith taenu araenau amddiffynnol
45223200 Gwaith strwythurol Gwaith adeiladu strwythurau
45260000 Gwaith toi a chrefftau adeiladu arbennig eraill Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45262660 Gwaith tynnu asbestos Gwaith adeiladu crefftau arbennig heblaw gwaith toi
50712000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod mecanyddol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau
50710000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau
90650000 Gwasanaethau tynnu asbestos Gwasanaethau glanhau a glanweithdra mewn ardaloedd trefol neu wledig, a gwasanaethau cysylltiedig
18220000 Gwasanaethau yswiriant sy’n gysylltiedig â’r tywydd Dillad awyr agored
45450000 Math arall o waith cwblhau adeilad Gwaith cwblhau adeiladau

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
N/a
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.