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 Road Signage Materials

  • Cyhoeddwyd gyntaf: 08 Rhagfyr 2023
  • Wedi'i addasu ddiwethaf: 08 Rhagfyr 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-038963
Cyhoeddwyd gan:
Scotland Excel
ID Awudurdod:
AA20796
Dyddiad cyhoeddi:
08 Rhagfyr 2023
Dyddiad Cau:
17 Ionawr 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This Contract Notice is in relation to a renewal framework opportunity for Road Signage Materials.

For further information regarding the evaluation of this lot, please refer to the “2222 Information and Instructions to Tenderers including evaluation methodology” document, available within the Buyer Attachment Area of the relevant ITT on PCS-Tender.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Scotland Excel

Renfrewshire House

Paisley

PA1 1AR

UK

Person cyswllt: Richard Bridgen

E-bost: oss@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 Road Signage Materials

Cyfeirnod: 2222

II.1.2) Prif god CPV

34928470

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

This contract notice is in relation to a framework opportunity for the Supply and Delivery of Road Signage Materials

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 5 000 000.00 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

Permanent Road Signage and Associated Products

II.2.2) Cod(au) CPV ychwanegol

34928470

34928471

34928472

34992000

34992100

34992200

34992300

44423400

31523000

31523200

34924000

45233290

45316211

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

Throughout Scotland

II.2.4) Disgrifiad o’r caffaeliad

This Contract Notice is in relation to a renewal framework opportunity for Road Signage Materials.

For further information regarding the evaluation of this lot, please refer to the “2222 Information and Instructions to Tenderers including evaluation methodology” document, available within the Buyer Attachment Area of the relevant ITT on PCS-Tender.

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: 2 000 000.00 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: Ydy

Disgrifiad o’r opsiynau:

The initial period of the Framework Contract is 24 months from the commencement date with an option to extend for up to a further two 12 month periods subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel

Duration is 48 months if all options are exercised as stated above

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.

Rhif y Lot 2

II.2.1) Teitl

Temporary Road Signs and Associated Products

II.2.2) Cod(au) CPV ychwanegol

34928470

34928471

45316211

45233290

34924000

34928472

34992000

II.2.3) Man cyflawni

Cod NUTS:

UKM


Prif safle neu fan cyflawni:

Throughout Scotland

II.2.4) Disgrifiad o’r caffaeliad

This Contract Notice is in relation to a framework opportunity for Temporary Road Signs and Associated Products

For further information regarding the evaluation of this lot, please refer to the “2222 Instructions and Information to Tenderers including evaluation methodology” document, available within the Buyer Attachment Area of the relevant ITT on PCS-Tender.

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: 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: Ydy

Disgrifiad o’r opsiynau:

The initial period of the Framework Contract is 24 months from the commencement date with an option to extend for up to a further two 12

month periods subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel

Duration is 48 months if all options are exercised as stated above

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.

Rhif y Lot 3

II.2.1) Teitl

Road signposts and associated products

II.2.2) Cod(au) CPV ychwanegol

45316211

45233290

34928470

34928471

34928472

34992000

34992100

34992200

34992300

44423400

31523000

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

This Contract Notice is in relation to a framework opportunity for Road Signage Materials.

For further information regarding the evaluation of this lot, please refer to the “2222 Information and Instructions to Tenderers including evaluation methodology” document, available within the Buyer Attachment Area of the relevant ITT on PCS-Tender.

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: 1 850 000.00 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: Ydy

Disgrifiad o’r opsiynau:

The initial period of the Framework Contract is 24 months from the commencement date with an option to extend for up to a further two 12

month periods subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel

Duration is 48 months if all options are exercised as stated above

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.

Rhif y Lot 4

II.2.1) Teitl

electronic road signage and associated products

II.2.2) Cod(au) CPV ychwanegol

34928470

34928471

34928472

34992000

34992100

34992200

34992300

44423400

31523000

31523200

34924000

45233290

45316211

II.2.3) Man cyflawni

Cod NUTS:

UKM

II.2.4) Disgrifiad o’r caffaeliad

This Contract Notice is in relation to a framework opportunity for Road Signage Materials.

For further information regarding the evaluation of this lot, please refer to the “2222 Information and Instructions to Tenderers including evaluation methodology” document, available within the Buyer Attachment Area of the relevant ITT on PCS-Tender.

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: 750 000.00 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: Ydy

Disgrifiad o’r opsiynau:

The initial period of the Framework Contract is 24 months from the commencement date with an option to extend for up to a further two 12 month periods subject to satisfactory operation and performance. Any period of extension will be at the sole discretion of Scotland Excel

Duration is 48 months if all options are exercised as stated above

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.

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:

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.


Lefel(au) gofynnol y safonau sydd eu hangen:

INSURANCE REQUIREMENTS:

It is a requirement of the contracts to be procured under the proposed framework agreement that tenderers 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 = a minimum indemnity limit of 10 million GBP per occurrence.

PUBLIC/PRODUCTS LIABILITY = a minimum indemnity limit of 5 million GBP per occurrence, and in the aggregate in respect of Products.

MOTOR VEHICLE INSURANCE = a minimum indemnity level of 1 million GBP in respect of third party property damage, without limit to the number of claims; unlimited in respect of personal injury. For full details please see the Procurement Documents.

OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A search of the tenderer against Equifax's Protect must not return a 'Warning' or 'Caution' returnable code or any neutral code, 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. Equifax's protect is a fraud indicator/credit risk search and analysis of five areas of threat in relation to a particular company:credit history; disqualification; validation and investigation bureau; connected data; and bureau information. For full details please see the Procurement Documents.

III.1.3) Gallu technegol a phroffesiynol

Rhestr a disgrifiad byr o’r meini prawf dethol:

1. Subcontracting

2. Quality Management Procedures

3. Environmental Management Systems or Standards

4. Health and Safety Procedures

For full details please see the Procurement Documents. 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:

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 on 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).

QUALITY MANAGEMENT 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 BSEN 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.

ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS:

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN 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).

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 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

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

III.2.2) Amodau perfformiad contractau

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).

It should be noted that, in accordance with Regulations 20 (7) and 20 (8) of the Public Contracts (Scotland) Regulations 2015, Scotland

Excel may, where it is considered necessary, impose conditions for the performance of the contract by a group of economic operators

which are different from those imposed on individual participants (for example Scotland Excel may require the group of economic

operators to be jointly and severally liable for the performance of the contract), and may require groups of economic operators to assume a

specific legal form for the purposes of the award of the contract

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: 10

IV.1.6) Gwybodaeth am arwerthiant electronig

Defnyddir arwerthiant electronig

Gwybodaeth ychwanegol am arwerthiant electronig:

This is at the discretion of each Scotland Excel Council, Associate Member or other bodies Participating and applicable requirements will be set out by them during the procedure for the call-off of a contract under this proposed framework agreement (subject to law).

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:

2022/S 000-033890

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

Dyddiad: 17/01/2024

Amser lleol: 12:00

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

EN

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 17/01/2024

Amser lleol: 12:00

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

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

successor bodies):

- The 32 local authorities in Scotland listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Local-authorities.aspx;

- 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;

- NHS Scotland entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards,

Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated

Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.

- Scotland Excel associate members listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx;

- 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 relevant membership agreement or other access

agreement with Scotland Excel.

Retrospective rebates apply to this framework. For further details, please see the Special Conditions of Contract

Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed 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

contracting authority entitled to use this proposed framework agreement. This 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, a Minimum Bid

Requirement for ALL Lots, and 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

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23926. 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:

It has become clear that there is scope within the legal framework which applies to public contracts, to deliver wider social benefits such as:

* Targeted recruitment and training

* Community engagement

As part of your response within the Technical criteria, Tenderers will be requested to confirm if they will offer community benefits for this framework.

(SC Ref:729129)

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:

Precise information on deadline(s) for review procedures:

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

(Scotland)Regulations 2015 (SSI2015/446)(as amended) may bring proceedings in the Sheriff Court or the Court of Session.

VI.5) Dyddiad anfon yr hysbysiad hwn

06/12/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
34928472 Arwyddbyst Dodrefn ffordd
34928470 Arwyddion Dodrefn ffordd
34924000 Arwyddion â negeseuon newidiol Cyfarpar ffordd
31523000 Arwyddion a phlatiau enw wedi’u goleuo Lampau a ffitiadau golau
34992000 Arwyddion ac arwyddion wedi’u goleuo Cyfarpar rheoli, diogelwch, arwyddo a golau
44423400 Arwyddion ac eitemau cysylltiedig Eitemau amrywiol
34992200 Arwyddion ffyrdd Arwyddion ac arwyddion wedi’u goleuo
31523200 Arwyddion negeseuon parhaol Arwyddion a phlatiau enw wedi’u goleuo
34992300 Arwyddion stryd Arwyddion ac arwyddion wedi’u goleuo
34992100 Arwyddion traffig wedi’u goleuo Arwyddion ac arwyddion wedi’u goleuo
34928471 Deunyddiau arwyddion Dodrefn ffordd
45316211 Gosod arwyddion ffordd wedi’u goleuo Gwaith gosod systemau goleuo ac arwyddo
45233290 Gosod arwyddion ffyrdd Gwasanaethau sy’n gysylltiedig ag adeiladu

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:
oss@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.