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

Framework for Light & Heavy Vehicle Repairs (Mechanical and Electrical) including Servicing and MOTs

  • Cyhoeddwyd gyntaf: 04 Rhagfyr 2025
  • Wedi'i addasu ddiwethaf: 04 Rhagfyr 2025
  • Fersiwn: N/A
  • Cofnodi Diddordeb

     

  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

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-05a6b5
Cyhoeddwyd gan:
South Lanarkshire Council
ID Awudurdod:
AA20218
Dyddiad cyhoeddi:
04 Rhagfyr 2025
Dyddiad Cau:
16 Ionawr 2026
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

These services will be delivered to the Council’s Community and Enterprise Resources Roads, Transportation and Fleet Services for the purposes of servicing and repairing the Council’s fleet of vehicles and plant. This will include mechanical and electrical repairs, and servicing and MOTs to the Council’s fleet of approximately 1700 vehicles. All repairs shall be covered by appointed contractors where the Council does not have an in house capacity to undertake this requirement.

Service Requirement

To cover the range of Vehicle Repairs, Service and MOTs required under a Framework Agreement the Council is looking to appoint several service providers to accommodate the Council’s vehicle fleet and plant.

This will be based on the following categories of vehicle:

- Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans)

- Light Goods Vehicles (LGV) up to 3,500kg

- Goods Vehicles/Passenger Vehicles in excess of 3500kg

- Buses

- Plant, e.g. Forklifts and Lifting Plant.

And covers: -

- MOT – Both Heavy and Light Vehicles

- Servicing – Both Heavy and Light Vehicles

- Mechanical and Electrical Repair – Both Heavy and Light Vehicle

- Engine Repair/Replacement – Both Heavy and Light Vehicle

- Plant Repair and Servicing – e.g. Forklifts and Lifting Plant.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

South Lanarkshire Council

Council Headquarters, Almada Street, Almada Street

Hamilton

ML3 0AA

UK

Person cyswllt: Steven McMichael

E-bost: steven.mcmichael@southlanarkshire.gov.uk

NUTS: UKM95

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: http://www.southlanarkshire.gov.uk

Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410

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/


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/


I.4) Y math o awdurdod contractio

Awdurdod rhanbarthol neu leol

I.5) Prif weithgaredd

Gwasanaethau cyhoeddus cyffredinol

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Framework for Light & Heavy Vehicle Repairs (Mechanical and Electrical) including Servicing and MOTs

Cyfeirnod: SLC/CE/25/085

II.1.2) Prif god CPV

50110000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

These services will be delivered to the Council’s Community and Enterprise Resources Roads, Transportation and Fleet Services for the purposes of servicing and repairing the Council’s fleet of vehicles and plant. This will include mechanical and electrical repairs, and servicing and MOTs to the Council’s fleet of approximately 1700 vehicles. All repairs shall be covered by appointed contractors where the Council does not have an in house capacity to undertake this requirement.

Service Requirement

To cover the range of Vehicle Repairs, Service and MOTs required under a Framework Agreement the Council is looking to appoint several service providers to accommodate the Council’s vehicle fleet and plant.

This will be based on the following categories of vehicle:

- Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans)

- Light Goods Vehicles (LGV) up to 3,500kg

- Goods Vehicles/Passenger Vehicles in excess of 3500kg

- Buses

- Plant, e.g. Forklifts and Lifting Plant.

And covers: -

- MOT – Both Heavy and Light Vehicles

- Servicing – Both Heavy and Light Vehicles

- Mechanical and Electrical Repair – Both Heavy and Light Vehicle

- Engine Repair/Replacement – Both Heavy and Light Vehicle

- Plant Repair and Servicing – e.g. Forklifts and Lifting Plant.

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

Light Vehicles/Minibuses (up to 3.5T)

II.2.2) Cod(au) CPV ychwanegol

50100000

50110000

50116000

50116200

50116300

50116400

II.2.3) Man cyflawni

Cod NUTS:

UKM95

II.2.4) Disgrifiad o’r caffaeliad

The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 40

Price / Pwysoliad:  60

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

Hyd mewn misoedd: 24

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The Council have the option to extend for up to 24 months

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

Sub Lot 1.1: Mechanical Repair

Sub Lot 1.2: Electrical Repair

Sub Lot 1.3: Servicing & MOT

Rhif y Lot 2

II.2.1) Teitl

Heavy Vehicles/Minibuses (Over 3.5T)

II.2.2) Cod(au) CPV ychwanegol

50100000

50110000

50116000

50116200

50116300

50116400

II.2.3) Man cyflawni

Cod NUTS:

UKM95

II.2.4) Disgrifiad o’r caffaeliad

The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 40

Price / Pwysoliad:  60

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

Hyd mewn misoedd: 24

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The Council have the option to extend for up to 24 months

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

Sub Lot 2.1: Mechanical Repair

Sub Lot 2.2: Electrical Repair

Sub Lot 2.3: Servicing Only

Rhif y Lot 3

II.2.1) Teitl

Plant

II.2.2) Cod(au) CPV ychwanegol

50100000

50110000

50116000

50116200

50116300

50116400

II.2.3) Man cyflawni

Cod NUTS:

UKM95

II.2.4) Disgrifiad o’r caffaeliad

The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Technical / Pwysoliad: 40

Price / Pwysoliad:  60

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

Hyd mewn misoedd: 24

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The Council have the option to extend for up to 24 months

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

Sub Lot 3.1: Mechanical Repair

Sub Lot 3.2: Electrical Repair

Sub Lot 3.3: Servicing Only

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:

SPD Question 2.C.1 Reliance on the capacities of other entities

Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon.

SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely

Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on Exclusion Criteria.

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.

SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.

SPD Question 4A.1 Trade Registers

It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given.

If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.

III.1.2) Statws economaidd ac ariannol

Lefel(au) gofynnol y safonau sydd eu hangen:

SPD Question 4B.4 Economic and Financial Standing

The Council will use the following ratios to evaluate a bidders financial status:

- Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;

- Liquidity – this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio.

- Gearing – this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.

Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4.

The Council requires bidders to pass 2 out of the 3 financial ratios above.

Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:

- Would the bidder have passed the checks if prior year accounts had been used?

- Were any of the poor appraisal outcomes "marginal"?

- Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?

- Does the bidder have sufficient reserves to sustain losses for a number of years?

- Does the bidder have a healthy cashflow?

- Is the bidder profitable enough to finance the interest on its debt?

- Is most of the bidder's debt owed to group companies?

- Is the bidder's debt due to be repaid over a number of years, and affordable?

- Have the bidder's results been adversely affected by "one off costs" and / or "one off accounting treatments"?

- Do the bidder's auditors (where applicable) consider it to be a "going concern"?

- Will the bidder provide a Parent Company Guarantee?

- Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?

- The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided.

SPD Question 4B.5 Insurance

The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:

- Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims.

- Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.

- Combined Motor Trade Insurance

III.1.3) Gallu technegol a phroffesiynol

Lefel(au) gofynnol y safonau sydd eu hangen:

SPD Question 4C.1.2 Technical and Professional Ability

It is a requirement of this tender that the Bidder can demonstrate that they have carried out services of a similar type and value to those mentioned in the service requirements for the lot(s) they are bidding for, within the last 3 years.

SPD Question 4C.6 Qualifications

It is a mandatory requirement of this tender that the bidder recommended for award can provide evidence of your organisations industry accreditation or membership of industry recognition schemes relevant to the mechanical / electrical repair, servicing and MOT of motor vehicles. Manufacture franchise approvals will also be considered.

Example Evidence includes but not limited to: -

City & Guilds Institute London (CGIL)

SVQ

NVQ

IMI

Institute of Road Transport Engineers (IRTE)

Valid DVSA MOT centre

Bidders should confirm below whether or not they can evidence this requirement

SPD Question 4C.9 Equipment

It is a mandatory requirement of the tender and subsequent contract that the bidder can provide evidence that they have all relevant tools and equipment available for the service(s) you are bidding for at the commencement of the contract.

SPD Question 4C.10 Subcontracting

Bidders are required to provide details of the proportion (i.e percentage) of the contract that they intend to subcontract.

SPD Question 4D.1 Quality Assurance Scheme

It is a requirement of the contract that the bidder(s) recommended for award

holds the following quality standards/accreditation or equivalent.

ISO9001:2015

or

The Motor Ombudsman’s Service and Repair Code of Practice

Bidders should confirm below whether or not they can evidence this requirement

SPD Question 4D.2 Environmental Management Standards

It is a requirement of the contract that the bidder(s) recommended for award

holds the following environmental standards/accreditation or equivalent.

ISO14001:2015

Bidders should confirm below whether or not they can evidence this requirement

III.2) Amodau sy’n gysylltiedig â’r 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.

Cyfiawnhau unrhyw gyfnod o gytundeb fframwaith sy'n hwy na 8 blynedd: Framework will not exceed 4 years.

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:

2025/S 000-061683

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

Dyddiad: 16/01/2026

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

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 16/01/2026

Amser lleol: 12:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:

Renewal of the Framework will commence prior to the conclusion of this Framework.

If the Council do not take up the extension option, renewal will commence 2027. If the extension option is exercised, renewal will commence 2029.

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

Aligned Tender Training will be available via a Webinar for bidder’s seeking assistance with the tender process.

The Aligned Tender Training will be hosted by the Supplier Development Programme (“SDP”) on Thursday 11 December 2025 at 10:30am-12:00pm

Link - https://www.sdpscotland.co.uk/events/aligned-tender-training-1957/

SPD Questions 3A.1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol

It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime – Information Sharing Protocol form for evaluation prior to any award being made.

Declarations and Certificates

In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.

All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.

SPD Question 2D.1 - Prompt Payment Certificate

SPD Questions 3A.1 to 3A.8 - Serious and Organised Crime Declaration

SPD Questions 3A1 to 3A.8 - Serious and Organised Crime – Information Sharing Protocol with Police Scotland Form

SPD Question 3D.11 - Non-Collusion Certificate

SPD Question 4B.5.1 -Insurance Certificates

- Employer’s Liability - 10000000. GBP

- Public Liability - 50000000 GBP

- Combined Motor Trade Insurance

Under this contract bidders will be required to actively participate in the achievement of Community Benefits. A summary of the expected Community Benefits has been provided within the attachment area/technical envelope and bidders will be asked to provide details of the Community Benefits they can offer as part of their bid.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30280. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30280. 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:

A summary of the expected community benefits are as detailed within the tender documents.

(SC Ref:817258)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street

Hamilton

ML3 0BT

UK

Ffôn: +44 1698282957

E-bost: hamiltoncivil@scotcourts.gov.uk

VI.4.3) Gweithdrefn adolygu

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

Court of Session

Parliament House

Parliament Square

Edinburgh

EH1 1RQ

+44 1312252595

supreme.courts@scotcourts.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

03/12/2025

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50116000 Cynnal a chadw ac atgyweirio gwasanaethau sy’n gysylltiedig â rhannau penodol o gerbydau Gwasanaethau atgyweirio a chynnal a chadw cerbydau modur a chyfarpar cysylltiedig
50116200 Gwasanaethau atgyweirio a chynnal a chadw brêcs a chydrannau brêcs cerbydau Cynnal a chadw ac atgyweirio gwasanaethau sy’n gysylltiedig â rhannau penodol o gerbydau
50100000 Gwasanaethau atgyweirio a chynnal a chadw cerbydau a chyfarpar cysylltiedig, a gwasanaethau cysylltiedig Gwasanaethau atgyweirio a chynnal a chadw
50110000 Gwasanaethau atgyweirio a chynnal a chadw cerbydau modur a chyfarpar cysylltiedig Gwasanaethau atgyweirio a chynnal a chadw cerbydau a chyfarpar cysylltiedig, a gwasanaethau cysylltiedig
50116300 Gwasanaethau atgyweirio a chynnal a chadw gerbocsys cerbydau Cynnal a chadw ac atgyweirio gwasanaethau sy’n gysylltiedig â rhannau penodol o gerbydau
50116400 Gwasanaethau atgyweirio a chynnal a chadw trawsyriannau cerbydau Cynnal a chadw ac atgyweirio gwasanaethau sy’n gysylltiedig â rhannau penodol o gerbydau

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:
steven.mcmichael@southlanarkshire.gov.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.