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

Decommissioning Nuclear Waste Partnership (DNWP)

  • Cyhoeddwyd gyntaf: 01 Awst 2023
  • Wedi'i addasu ddiwethaf: 01 Awst 2023

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-03ebdd
Cyhoeddwyd gan:
Sellafield Ltd
ID Awudurdod:
AA0035
Dyddiad cyhoeddi:
01 Awst 2023
Dyddiad Cau:
09 Hydref 2023
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Lot 1 - two Remediation Partners (Sellafield’s intention is that one of the Remediation Partners will be required to work inside of the high security area (“HSA”) and the other Remediation Partner will work outside of the HSA);<br/><br/>Remediation is about cleaning up the Sellafield site over the next century as safely and cost-effectively as possible. As an asset reaches the end of its operational life, remediation addresses the nuclear, radiological and conventional risks through post-operation clean-out, decommissioning, demolition and land remediation. The focus of waste informed nuclear decommissioning up to 2040 includes clearing redundant buildings to make land available for beneficial re-use and preparing to decommission the UK’s oldest nuclear reactor complexes and nuclear fuel handling facilities.<br/>Lot 1 will consist of two Remediation Partners. The Remediation value stream will have a growing scope as more and more of the Sellafield site moves from operations into remediation and decommissioning. This will be reflected in a growing investment over the lifetime of the DNWP framework, subject to annual public sector funding constraints.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Sellafield Ltd

Hinton House, Birchwood Park Avenue

Warrington

WA36GR

UK

Person cyswllt: DNWP Competition Team

E-bost: stephen.x.williams@sellafieldsites.com

NUTS: UKD1

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/government/organisations/sellafield-ltd

Cyfeiriad proffil y prynwr: https://www.gov.uk/government/organisations/sellafield-ltd

I.3) Cyfathrebu

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

http://one-nda.force.com/s/Welcome


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Arall: Nuclear Decommissioning

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Decommissioning Nuclear Waste Partnership (DNWP)

II.1.2) Prif god CPV

45000000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

Sellafield Ltd, through the Decommissioning and Nuclear Waste Partners (DNWP) Framework opportunity, is seeking to bring together five partners across four Lots to provide a full suite of expertise and support to deliver decommissioning activities and projects, including asset care. Delivery will be across nuclear facilities on the Sellafield licenced site that are in mix of states including operational, post operation clean out (POCO), decommissioning and demolition. Consequently, the scope of work for the DNWP Framework will include construction delivery, demolition related works, associated technical services (including safety case and design) and waste management with the scope aligned across the following four Lots:<br/><br/>• Lot 1 Remediation:<br/>o Partner 1 - within High Security Areas<br/>o Partner 2 - outside High Security Areas<br/>• Lot 2 Pond Retrievals Partner<br/>• Lot 3 Silos Retrievals Partner<br/>• Lot 4 Integrated Nuclear Waste Partner

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 4 600 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer pob lot

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 2

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 Remediation - Selection

II.2.2) Cod(au) CPV ychwanegol

45000000

45351000

45111000

45100000

71530000

42000000

43320000

45111200

45111213

79410000

79415200

98391000

71320000

79933000

71322000

79723000

45210000

22314000

71321000

44421722

79400000

45220000

45222110

45315100

II.2.3) Man cyflawni

Cod NUTS:

UKD11


Prif safle neu fan cyflawni:

Sellafield

II.2.4) Disgrifiad o’r caffaeliad

Lot 1 - two Remediation Partners (Sellafield’s intention is that one of the Remediation Partners will be required to work inside of the high security area (“HSA”) and the other Remediation Partner will work outside of the HSA);<br/><br/>Remediation is about cleaning up the Sellafield site over the next century as safely and cost-effectively as possible. As an asset reaches the end of its operational life, remediation addresses the nuclear, radiological and conventional risks through post-operation clean-out, decommissioning, demolition and land remediation. The focus of waste informed nuclear decommissioning up to 2040 includes clearing redundant buildings to make land available for beneficial re-use and preparing to decommission the UK’s oldest nuclear reactor complexes and nuclear fuel handling facilities.<br/>Lot 1 will consist of two Remediation Partners. The Remediation value stream will have a growing scope as more and more of the Sellafield site moves from operations into remediation and decommissioning. This will be reflected in a growing investment over the lifetime of the DNWP framework, subject to annual public sector funding constraints.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 000 000 000.00 GBP

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

Dechrau: 06/11/2025

Diwedd: 05/11/2040

Gall y contract hwn gael ei adnewyddu: Na

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

Yr isafswm nifer a ragwelir: 5

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Optional break at year 9

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

Rhif y Lot 2

II.2.1) Teitl

Lot 2 Retrievals Ponds - Selection

II.2.2) Cod(au) CPV ychwanegol

45000000

79400000

42000000

45100000

79933000

44421722

98391000

45111000

45222110

79415200

71322000

45210000

71321000

45220000

45111200

79410000

45315100

71530000

71320000

79723000

45351000

43320000

45111213

22314000

II.2.3) Man cyflawni

Cod NUTS:

UKD11


Prif safle neu fan cyflawni:

Sellafield

II.2.4) Disgrifiad o’r caffaeliad

Lot 2 will consist of a Ponds Partner, encompassing both the First Generation Magnox Storage Pond (“FGMSP”) , associated buildings and the Pile Fuel Storage Pond (“PFSP”). and associated buildings.<br/><br/>Legacy Ponds is the Operating Unit (OU) organisation within the Retrievals value stream of Sellafield that is charged with managing the programmes of work for the FGMSP and the PFSP. These are two legacy nuclear storage ponds that retain significant radiological materials and hazards that require timely mitigation, principally by retrieving the materials to downstream treatment and storage/disposal facilities while maintaining a safe and secure environment.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 000 000 000.00 GBP

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

Dechrau: 06/10/2025

Diwedd: 05/11/2040

Gall y contract hwn gael ei adnewyddu: Na

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

Yr isafswm nifer a ragwelir: 5

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Optional Break at Year 9

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

Rhif y Lot 3

II.2.1) Teitl

Lot 3 Retrievals Silos - Selection

II.2.2) Cod(au) CPV ychwanegol

45000000

42000000

44421722

98391000

45111200

71321000

79400000

45222110

45315100

71320000

79410000

45210000

71530000

79723000

79415200

45111213

45100000

79933000

45351000

45220000

71322000

43320000

45111000

22314000

II.2.3) Man cyflawni

Cod NUTS:

UKD11


Prif safle neu fan cyflawni:

Sellafield Site

II.2.4) Disgrifiad o’r caffaeliad

Lot 3 will consist of a Silos Partner, encompassing both the Magnox Swarf Storage Silo (“MSSS”) and Pile Fuel Cladding Silo (“PFCS”). The Retrievals value stream is responsible for managing the site’s major hazard and risk reduction programme: retrieving the waste from Sellafield’s four highest risk legacy storage facilities. These buildings have traditionally presented some of the greatest challenges on the Sellafield site, but major progress is now being made on retrieving waste from the two ponds and the MSSS, with final preparations being made to retrieve waste from the PFCS.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 000 000 000.00 GBP

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

Dechrau: 06/10/2025

Diwedd: 05/11/2040

Gall y contract hwn gael ei adnewyddu: Na

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

Yr isafswm nifer a ragwelir: 5

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Optional break at Year 9

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

Rhif y Lot 4

II.2.1) Teitl

Lot 4 Integrated Nuclear Waste Partner - Selection

II.2.2) Cod(au) CPV ychwanegol

45000000

98391000

71320000

45220000

45111200

71321000

45210000

45100000

22314000

71530000

45222110

45315100

79933000

79400000

43320000

45111213

71320000

79723000

45111000

79410000

79415200

42000000

45351000

44421722

71322000

II.2.3) Man cyflawni

Cod NUTS:

UKD11


Prif safle neu fan cyflawni:

Sellafield Site

II.2.4) Disgrifiad o’r caffaeliad

Lot 4 will consist of a single enterprise-wide Integrated Nuclear Waste Partner. This Nuclear Waste Partner will work through the Waste Operating Unit (“Waste OU”). The Waste OU is part of the Remediation Portfolio, it includes a dedicated programme providing enabling activities across the Sellafield enterprise with major customers being the DNWP Remediation & Retrievals Partners.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 600 000 000.00 GBP

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

Dechrau: 06/10/2025

Diwedd: 05/11/2040

Gall y contract hwn gael ei adnewyddu: Na

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

Yr isafswm nifer a ragwelir: 5

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

Optional Break at Year 9

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

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015 Candidates will be assessed on the basis of the information provided in response to the Selection Questionnaire (SQ).

III.1.2) Statws economaidd ac ariannol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Against the criteria as stated in the procurement pack accessed on Atamis


III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

Against the criteria as stated in the procurement pack accessed on Atamis


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

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn gyfyngedig

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

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

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: 15 years reflects the extended mobilisation and ramp up involved as well as the exceptional nature of the key programmes that will drive high hazard risk reduction that the DNWP Framework will deliver, in particular for bulk retrievals. A 15-year term is considered necessary to provide the Partners with the confidence to sustainably invest in technologies and critical skills to support delivery.

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

Dyddiad: 09/10/2023

Amser lleol: 16:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 09/02/2024

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: 24  (o’r dyddiad a nodwyd i dendr ddod i law)

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

The estimated value of the DNWP Framework is stated at II.1.5.1 which is the upper end of the anticipated range of £3.8bn-£4.6bn for the 15-year framework duration. This range recognises the challenge of estimating the total value of a framework arrangement with longevity and that has the potential to be impacted by the UK Nuclear strategy, the strategy of the Nuclear Decommissioning Authority and associated HMG funding, the strategy of Sellafield Ltd as well as the potential variability arising from factors including, but not limited to, the conditions of the nuclear facilities, costs, inflationary impacts, options for technical solutions and innovation etc. <br/><br/>The DNWP Framework will be the successor to the existing Decommissioning Delivery Partnership (DDP) framework which will expire in March 2026, albeit task and project delivery may run beyond the DDP framework expiry. The DNWP Framework will have an initial mobilisation period and it is anticipated that in line with the call-off contract arrangements that delivery of task and project activity may run beyond the expiry date of the DNWP Framework.<br/><br/>As stated in section II.1.4, and as further developed in the procurement pack (accessed via the Atamis portal), the capabilities of each of the DNWP Partners are identified in the scope. It is anticipated that the Partners will be required to put in place subcontracting arrangements to support delivery of the scope that forms part of this procurement and that the subcontracting arrangements will not be subject to competition via the Find a Tender service. Sellafield Ltd also has in place, and through the term of the DNWP Framework will procure, site-wide contractual arrangements which may be utilised to support the delivery by the Partners.<br/><br/>Please refer to Selection Stage and Award restrictions in the SQ and ITT instructions.<br/><br/>Sellafield Ltd supports the One NDA way of working and may share relevant information related to the DNWP Framework with members of the NDA group. Additionally, in the exceptional circumstances, (which are defined within the DNWP framework agreement) that a DNWP Partner is required to support at another site licenced company within the NDA group then with prior approval of the DNWP Programme Board a DNWP Partner may be provided with relief to a key performance indicator where such deployment impacts upon a DNWP programme.<br/><br/>Sellafield Ltd is committed to delivering social impact with the successful DNWP Partners required to contribute to our strategy.<br/><br/>The DNWP contract opportunity has been developed with input from market engagement activity which has been driven through prior information notices (“PIN”). Information related to this engagement can be found in the DNWP archive within Atamis (ATAMIS portal ref C13375):<br/>• DNWP PIN 1 published 2 August 2022<br/>• DNWP PIN 2 published 2 September 2022<br/>• DNWP PIN 3 published 16 December 2022<br/>• DNWP PIN 4 published 24 March 2023<br/>• DNWP PIN 4 Addendum published on 12th April 2023<br/>• DNWP PIN 5 published 9th June 2023<br/>• DNWP PIN 6 published 3th June 2023

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Royal Courts Of Justice

Strand

London

WC2A 2LL

UK

E-bost: RCJ.DCO@justice.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice

VI.4.3) Gweithdrefn adolygu

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

The review procedure is as provided for in the Public Contracts Regulations 2015.

VI.5) Dyddiad anfon yr hysbysiad hwn

31/07/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
44421722 Casys diogelwch Sêffs, coffrau cryfion a drysau durblat neu gyfnerthedig
43320000 Cyfarpar adeiladu Peiriannau a chyfarpar adeiladu
22314000 Dyluniadau Cardiau post
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45210000 Gwaith adeiladu adeiladau Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45222110 Gwaith adeiladu safleoedd gwaredu gwastraff Gwaith adeiladu ar gyfer gwaith peirianneg heblaw pontydd, twneli, siafftiau ac isffyrdd
45111213 Gwaith clirio safleoedd Gwaith dymchwel, paratoi a chlirio safleoedd
45111000 Gwaith dymchwel, paratoi a chlirio safleoedd Gwaith dymchwel a dinistrio adeiladau a gwaith symud pridd
45315100 Gwaith gosod peirianneg drydanol Gwaith gosod trydanol ar gyfer cyfarpar gwresogi a chyfarpar adeiladu trydanol arall
45351000 Gwaith gosod peirianneg fecanyddol Gwaith gosod mecanyddol
45111200 Gwaith paratoi a chlirio safleoedd Gwaith dymchwel, paratoi a chlirio safleoedd
45100000 Gwaith paratoi safleoedd Gwaith adeiladu
45220000 Gwaith peirianneg a gwaith adeiladu Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
79933000 Gwasanaethau cymorth dylunio Gwasanaethau dylunio arbenigol
79723000 Gwasanaethau dadansoddi gwastraff Gwasanaethau ymchwilio
98391000 Gwasanaethau datgomisiynu Gwasanaethau eraill
71320000 Gwasanaethau dylunio peirianneg Gwasanaethau peirianneg
71322000 Gwasanaethau dylunio peirianneg ar gyfer adeiladu gwaith peirianneg sifil Gwasanaethau dylunio peirianneg
71321000 Gwasanaethau dylunio peirianneg ar gyfer gwaith gosod mecanyddol a thrydanol ar gyfer adeiladau Gwasanaethau dylunio peirianneg
71530000 Gwasanaethau ymgynghori ar adeiladu Gwasanaethau goruchwylio safleoedd adeiladu
79415200 Gwasanaethau ymgynghori ar ddylunio Gwasanaethau ymgynghori ar reoli cynhyrchiant
79410000 Gwasanaethau ymgynghori ar fusnes a rheoli Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig
79400000 Gwasanaethau ymgynghori ar fusnes a rheoli a gwasanaethau cysylltiedig Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
42000000 Peiriannau diwydiannol Technoleg ac Offer

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:
stephen.x.williams@sellafieldsites.com
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.