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

Supply and Delivery of Waste Disposal Equipment

  • Cyhoeddwyd gyntaf: 16 Ebrill 2024
  • Wedi'i addasu ddiwethaf: 16 Ebrill 2024

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:
ocds-h6vhtk-03fbc2
Cyhoeddwyd gan:
Scotland Excel
ID Awudurdod:
AA20796
Dyddiad cyhoeddi:
16 Ebrill 2024
Dyddiad Cau:
14 Mai 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This tender exercise is designed to establish a Framework for the Supply and Delivery of Waste Disposal Equipment. The objective of this framework is to provide Council’s with a mechanism to procure a wide range of waste disposal equipment, including, but not limited to, large containers, skips, compactors, balers, and roll packers. The end users of this framework are likely to be the Waste and/or Environment Departments within councils.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

UK

E-bost: environment@scotland-excel.org.uk

NUTS: UKM83

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.scotland-excel.org.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Supply and Delivery of Waste Disposal Equipment

Cyfeirnod: 0923

II.1.2) Prif god CPV

44613000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

This tender exercise is designed to establish a Framework for the Supply and Delivery of Waste Disposal Equipment. The objective of this framework is to provide Council’s with a mechanism to procure a wide range of waste disposal equipment, including, but not limited to, large containers, skips, compactors, balers, and roll packers. The end users of this framework are likely to be the Waste and/or Environment Departments within councils.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 4 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Skips and Containers

II.2.2) Cod(au) CPV ychwanegol

44613700

34928480

44613800

44614300

44616200

44614100

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland

II.2.4) Disgrifiad o’r caffaeliad

This lot will include the supply and delivery of skips and containers.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 20

Price / Pwysoliad:  80

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 400 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015.

Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement

Documents for further information.

Rhif y Lot 2

II.2.1) Teitl

Compactors

II.2.2) Cod(au) CPV ychwanegol

39713300

43315000

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland.

II.2.4) Disgrifiad o’r caffaeliad

This Lot is related to the supply and delivery of Compactors.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 20

Price / Pwysoliad:  80

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 600 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this

procurement and the other Procurement Documents for further information.

Rhif y Lot 3

II.2.1) Teitl

Balers

II.2.2) Cod(au) CPV ychwanegol

42914000

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland.

II.2.4) Disgrifiad o’r caffaeliad

This Lot is for the Supply and Delivery of Balers.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 20

Price / Pwysoliad:  80

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 200 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this

procurement and the other Procurement Documents for further information.

Rhif y Lot 4

II.2.1) Teitl

Roll Packers

II.2.2) Cod(au) CPV ychwanegol

42914000

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

Various locations throughout the geographical boundaries of the participating Councils and Associate Members within Scotland.

II.2.4) Disgrifiad o’r caffaeliad

This Lot is for the Supply and Delivery of Roll packers.

Tenderers should note: This tender opportunity is for PURCHASE of equipment and does not include hire options.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 20

Price / Pwysoliad:  80

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 800 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 48

Gall y contract hwn gael ei adnewyddu: Na

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Na

II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd

Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd: Na

II.2.14) Gwybodaeth ychwanegol

Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public

Contracts (Scotland) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this

procurement and the other Procurement Documents for further information.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

1. SPD (Scotland) Questions 4B.5.1 and 4B.5.2 - Insurance Requirements

2. SPD (Scotland) Questions 4B.6 - Other Economic and Financial Requirements

In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these economic and financial standing selection criteria apply separately in relation to each individual lot.

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

ALL LOTS

EMPLOYERS (COMPULSORY) LIABILITY INSURANCE - no less than GBP 10 million in respect of each and every claim.

PUBLIC/PRODUCTS LIABILITY INSURANCE - Minimum of GBP 10 million, any one claim, and in the aggregate for products.

MOTOR VEHICLE INSURANCE - statutory Third Party motor vehicle insurance to a minimum indemnity limit of GBP 5 million in respect of each claim and without limit to the number of claims for property damage, and unlimited for Third Party injury.

For bidders who will sub contract parts of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that subcontractors’ vehicles are appropriately insured and maintained.


Lefel(au) gofynnol y safonau sydd eu hangen:

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS

A search of the tenderer against Equifax's ScoreCheck and Protect must not result in a “Rating”, “Warning” or “Caution” return which identifies financial risk, unless the tenderer confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the tenderer does/would not present an unmanageable risk should it be appointed on to the proposed Framework Agreement.

Tenderers relying on the financial standing of a parent company who are unable to commit to obtaining a parent company guarantee may be assessed as a FAIL and will be excluded from the competition.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

1. SPD (Scotland) Question 4C.10 - Subcontracting

2. SPD (Scotland) Question 4D.1 - Quality Assurance Schemes

3. SPD (Scotland) Question 4D.1 - Health and Safety Procedures

4. SPD (Scotland) Question 4D.2 - Environmental Management Standards

In accordance with Regulation 59(12), as this proposed framework agreement is divided into lots, these technical and professional ability

selection criteria apply separately in relation to each individual lot.


Lefel(au) gofynnol y safonau sydd eu hangen:

SPD (SCOTLAND) QUESTION 4C.10 - SUBCONTRACTING:

Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off

under the proposed framework agreement.

If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you

must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification

Envelope, except Part 4 (Selection criteria).

SPD (SCOTLAND) QUESTION 4D.1 - QUALITY ASSURANCE SCHEMES:

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN

ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that

the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is

periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and

set out responsibilities for quality management throughout the organisation.

SPD (SCOTLAND) QUESTION 4D.1 - HEALTH AND SAFETY PROCEDURES:

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS

ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered

membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or

equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels

within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities

of health and safety management and compliance with legislation.

SPD (SCOTLAND) QUESTION 4D.2 - ENVIRONMENTAL MANAGEMENT STANDARDS:

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001

(or equivalent) or a valid EMAS (or equivalent) certificate.

OR

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This

policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response

procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example

hazardous substances spill control)

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN

ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that

the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is

periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and

set out responsibilities for quality management throughout the organisation.

III.2) Amodau sy’n gysylltiedig â’r contract

III.2.2) Amodau perfformiad contractau

Scotland Excel will require the members of any tendering group of entities (including, but not limited to, consortium members, members of

a group of economic operators and / or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the

legal form taken by those entities in order to enter into the contract).

For full details of the conditions relevant to the proposed framework agreement, and contracts to be called-off thereunder (to the extent

known or settled at this stage), please see the procurement documents (details of how to access these being set out in section "I.3)

Communication" of this Contract Notice).

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

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

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 12

IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon

Rhif yr hysbysiad yn OJ S:

2023/S 000-026821

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 14/05/2024

Amser lleol: 12:00

IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan

EN

IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr

Hyd mewn misoedd: 5  (o’r dyddiad a nodwyd i dendr ddod i law)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 14/05/2024

Amser lleol: 12:00

Place:

Scotland Excel, Renfrewshire House, Cotton Street, Paisley, PA1 1AR on

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without

limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the

UK. Any prior version of the relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents

should therefore be interpreted and applied as currently in force.

Scotland Excel is a central purchasing body procuring this framework on behalf of the following contracting authorities (and successor

bodies):

- 32 local authorities in Scotland

- Scotland Excel associate members: http://www.scotland-excel.org.uk/home/aboutus/ourmembers/Ourmembers.aspx

- Tayside Contracts

- NHS Scotland entities constituted pursuant to the National Health Service (Scotland) Act 1978

- Scottish Prison Services (SPS) and all establishments owned and managed by the Scottish Ministers through the Scottish Prison Service

- Scottish Government

- Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education

sector in Scotland and their associated and affiliated bodies.

- Any integration authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland) Act 2014.

The above is subject to each contracting authority entering into and maintaining a membership agreement or other access agreement with

Scotland Excel.

Tenderers are advised that the envisaged maximum number of participants that might be appointed to this framework agreement set out in

section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than the

envisaged maximum number to the proposed Framework Agreement.

Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each Member

Authority or Associate Member which will be settled by them during call off of a contract under this proposed Framework Agreement.

IMPORTANT NOTE FOR TENDERERS: For some lots, particular requirements apply, including but not limited to, the requirement to

evidence conformance with the Tender Specification in all lots . Bids MAY be excluded from evaluation (in whole, or in part) if they do

not include the information required in accordance with instructions given. Bids may be subject to a specific EVALUATION APPROACH

in particular circumstances detailed in the instructions. Further detailed information and instructions are contained within the tender

documents located within the Information and Instructions to Tenderers inc Evaluation Methodology document.

REBATE REQUIREMENTS

Bidders should note that retrospective rebates apply to this Framework. Further details are contained in the tender documents located within

the Special Conditions and the Information and Instructions to Tenderers inc Evaluation Methodology document.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26383. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

In accordance with section 25(3) of the Procurement Reform (Scotland) Act 2014 note that Scotland Excel intends to include community

benefit requirements. As part of your response within the Technical criteria, Bidders will be requested to commit to delivery of community

benefits in accordance with the methodology outlined in the tender documents.

(SC Ref:763477)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)

Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or the Court of Session

VI.5) Dyddiad anfon yr hysbysiad hwn

15/04/2024

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44614100 Biniau storio Casgenni
39713300 Crynodiaduron sbwriel Dyfeisiau domestig trydanol ar gyfer glanhau; haearnau smwddio
42914000 Cyfarpar ailgylchu Cyfarpar distyllu, hidlo neu goethi
34928480 Cynwysyddion a biniau gwastraff a sbwriel Dodrefn ffordd
44613800 Cynwysyddion ar gyfer deunydd gwastraff Cynwysyddion mawr
44613000 Cynwysyddion mawr Tanciau, cronfeydd a chynwysyddion llestri gwasgedd
44616200 Drymiau gwastraff Drymiau
43315000 Peiriannau cywasgu Peiriannau peirianneg sifil
44613700 Sgipiau sbwriel Cynwysyddion mawr
44614300 System storio cynwysyddion Casgenni

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:
environment@scotland-excel.org.uk
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.