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

Travel and Venue Solutions

  • Cyhoeddwyd gyntaf: 30 Gorffennaf 2021
  • Wedi'i addasu ddiwethaf: 30 Gorffennaf 2021

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

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

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
The Minister for the Cabinet Office acting through Crown Commercial Service
ID Awudurdod:
AA77645
Dyddiad cyhoeddi:
30 Gorffennaf 2021
Dyddiad Cau:
31 Awst 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

Lot 1 is for the provision of Travel and Venue booking solutions from UK points of sale.

The customer demographic for this Lot is to address the following requirements:

Customer(s) with low to no additional requirements and high online adoption (above 90%), mostly domestic travel.

The booking solutions to be delivered within this Lot are: Accommodation, Air, Ferry, Eurotunnel, Ground Transportation (including but not limited to Car Hire, Coach with driver, Taxis), Rail booking (UK, Europe & International) and supporting ancillary services (including but not limited to duty of care, Parking and Passenger tracking).

Optional Services: Travel Ancillary Services

The full scope of Lot 1 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Ffôn: +44 3150103503

E-bost: supplier@crowncommercial.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/ccs

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://crowncommercialservice.bravosolution.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://crowncommercialservice.bravosolution.co.uk


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


I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Arall: Public Procurement for travel booking solutions

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Travel and Venue Solutions

Cyfeirnod: RM6217

II.1.2) Prif god CPV

63516000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

Crown Commercial Service, as the Authority, is putting in place a Framework Agreement for the provision of Travel and Venue booking solutions for use by Central Government Departments and all other UK Public Sector Bodies, including but not limited to Local Authorities, Health, Police, Fire and Rescue, Education and Devolved Administrations.

This will also include British and foreign nationals in the event that the UK Government is supporting them as part of an emergency and/or crisis management response.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 11 500 000 000.00 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: 4

Ceidw’r awdurdod contractio yr hawl i ddyfarnu contractau gan gyfuno’r lotiau neu’r grwpiau o lotiau canlynol:

Bidders can only be awarded onto either Lot 1 or Lot 2, they cannot be awarded a place on both Lots. If a bidder is successful in both Lot 1 and Lot 2 they will be awarded

a Framework contract based on their preference in the selection questionnaire.

The maximum number of awards to a bidder would be either Lot 1 or 2, Lot 3 and Lot 4.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Booking Solutions UK Points of Sale – Low Touch

II.2.2) Cod(au) CPV ychwanegol

30237240

48222000

55000000

55100000

55110000

55120000

55130000

60120000

60170000

60171000

60172000

60200000

60400000

60410000

60420000

60423000

60424000

60424100

60424110

60424120

60651000

60651100

60651200

60653000

63000000

63500000

63510000

63515000

63520000

63700000

63710000

63711000

63726400

75122000

79625000

79710000

79952000

79997000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 1 is for the provision of Travel and Venue booking solutions from UK points of sale.

The customer demographic for this Lot is to address the following requirements:

Customer(s) with low to no additional requirements and high online adoption (above 90%), mostly domestic travel.

The booking solutions to be delivered within this Lot are: Accommodation, Air, Ferry, Eurotunnel, Ground Transportation (including but not limited to Car Hire, Coach with driver, Taxis), Rail booking (UK, Europe & International) and supporting ancillary services (including but not limited to duty of care, Parking and Passenger tracking).

Optional Services: Travel Ancillary Services

The full scope of Lot 1 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 40

Price / Pwysoliad:  60

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

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

The initial duration of the framework is 3 years with an option to extend for up to one year.

Rhif y Lot 2

II.2.1) Teitl

Booking Solutions UK & Overseas Points of Sale - High Touch

II.2.2) Cod(au) CPV ychwanegol

30237240

48222000

55000000

55100000

55110000

55120000

55130000

60120000

60170000

60171000

60172000

60200000

60400000

60410000

60420000

60423000

60424000

60424100

60424110

60424120

60651000

60651100

60651200

60653000

63000000

63500000

63510000

63515000

63520000

63700000

63710000

63711000

63726400

75122000

79625000

79710000

79952000

79997000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 2 is for the provision of Travel and Venue booking solutions from UK and Overseas points of sale.

The customer demographic for this Lot is to address the following requirements:

Customer(s) with premium requirements above Framework, online adoption under 90%. Considerable international volume.

The booking solutions to be delivered within this Lot are: Accommodation, Air, Ferry, Eurotunnel, Ground Transportation (including but not limited to Car Hire, Coach with driver, Taxis), Rail booking (UK, Europe & International) and supporting ancillary services (including but not limited to duty of care, Parking and Passenger tracking.

Optional Services: Air/Boat/Helicopter chartering, Crisis Management Services (Repatriation, Emergency Accommodation, MEDEVAC) Security & Risk Management services, Implants.

The full scope of Lot 2 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 5 000 000 000.00 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: 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

The initial duration of the framework is 3 years with an option to extend for up to one year.

Rhif y Lot 3

II.2.1) Teitl

Booking Solutions Specialist Needs

II.2.2) Cod(au) CPV ychwanegol

30237240

48222000

55000000

55100000

55110000

55120000

55130000

60120000

60170000

60171000

60172000

60200000

60400000

60410000

60420000

60423000

60424000

60424100

60424110

60424120

60651000

60651100

60651200

60653000

63000000

63500000

63510000

63515000

63520000

63700000

63710000

63711000

63726400

75122000

79625000

79710000

79952000

79997000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 3 is for provision of Travel and Venue Booking Solutions with specialist needs.

The customer demographic for this Lot is to address the following requirements from the Ministry of Defence (MOD):

Premium requirements above Framework, online adoption under 90%. Considerable international volume.

The booking solutions to be delivered within this Lot are: Accommodation, Air, Ferry, Eurotunnel, Ground Transportation (including but not limited to International Car Hire, Coach with driver, Taxis), Rail booking (UK, Europe & International) Group Accommodation, Crisis Management Services (Repatriation, Emergency Accommodation, MEDEVAC) and supporting ancillary services (including but not limited to duty of care, Parking and Passenger tracking.

The full scope of Lot 3 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 60

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 3 000 000 000.00 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: 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

The initial duration of the framework is 3 years with an option to extend for up to one year.

Rhif y Lot 4

II.2.1) Teitl

Booking Solutions Venues & Events

II.2.2) Cod(au) CPV ychwanegol

30237240

48222000

55000000

55100000

55110000

55120000

55130000

60120000

60170000

60171000

60172000

60200000

60400000

60410000

60420000

60423000

60424000

60424100

60424110

60424120

60651000

60651100

60651200

60653000

63000000

63500000

63510000

63515000

63520000

63700000

63710000

63711000

63726400

75122000

79625000

79710000

79952000

79997000

85100000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Domestic and international Venue Find and Events booking solutions including find booked from UK points of sale.

Includes the booking of venues for exclusive use and group accommodation and booking of Virtual/Digital/Hybrid meetings & events.

The full scope of Lot 4 is set out in the Framework Schedule 1 (Specification) that is part of the Invitation to Tender documentation.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Quality / Pwysoliad: 70

Price / Pwysoliad:  30

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 2 500 000 000.00 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: 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

The initial duration of the framework is 3 years with an option to extend for up to one year.

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:

Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

III.1.2) Statws economaidd ac ariannol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


III.1.3) Gallu technegol a phroffesiynol

Meini prawf dethol fel y’u nodir yn y dogfennau caffael


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.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 8

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:

2020/S 253-639089

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

Dyddiad: 31/08/2021

Amser lleol: 15:00

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: 31/08/2021

Amser lleol: 15:01

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

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/8fe99c23-e34b-4248-ab08-1fb739bb8eee

1) Contract notice transparency information for the agreement;

2) Contract notice authorised customer list;

3) Rights reserved for CCS framework.

On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.

CCS reserve the right to award a framework to any bidder whose final score is within 1% of the last position.

Minimum Standards of Reliability – as set out in the selection questionnaire in the ITT pack.

Registering for access:

This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Ffôn: +44 3450103503

E-bost: supplier@crowncommercial.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: https://www.crowncommercial.gov.uk/

VI.5) Dyddiad anfon yr hysbysiad hwn

29/07/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
60120000 Clociau tacsis Gwasanaethau trafnidiaeth ffyrdd
63510000 Gwasanaethau asiantaeth deithio a gwasanaethau tebyg Gwasanaethau asiantaeth deithio, trefnydd teithiau a chymorth i dwristiaid
63500000 Gwasanaethau asiantaeth deithio, trefnydd teithiau a chymorth i dwristiaid Gwasanaethau trafnidiaeth ategol a chynorthwyol; gwasanaethau asiantaethau teithio
63520000 Gwasanaethau asiantaethau trafnidiaeth Gwasanaethau asiantaeth deithio, trefnydd teithiau a chymorth i dwristiaid
60400000 Gwasanaethau cludiant awyr Gwasanaethau cludo (heblaw cludo gwastraff)
60410000 Gwasanaethau cludiant awyr a drefnwyd Gwasanaethau cludiant awyr
60420000 Gwasanaethau cludiant awyr heb ei drefnu Gwasanaethau cludiant awyr
55120000 Gwasanaethau cyfarfodydd a chynadleddau Gwasanaethau gwesty
79625000 Gwasanaethau cyflenwi personél meddygol Gwasanaethau cyflenwi personél gan gynnwys staff dros dro
63710000 Gwasanaethau cymorth ar gyfer cludiant dros dir Gwasanaethau cymorth ar gyfer cludiant dros dir, cludiant dros ddwr a chludiant awyr
63700000 Gwasanaethau cymorth ar gyfer cludiant dros dir, cludiant dros ddwr a chludiant awyr Gwasanaethau trafnidiaeth ategol a chynorthwyol; gwasanaethau asiantaethau teithio
63711000 Gwasanaethau cymorth ar gyfer trafnidiaeth rheilffyrdd Gwasanaethau cymorth ar gyfer cludiant dros dir
79952000 Gwasanaethau digwyddiadau Gwasanaethau trefnu arddangosfeydd, ffeiriau a chynadleddau
79710000 Gwasanaethau diogelwch Gwasanaethau ymchwilio a diogelwch
75122000 Gwasanaethau gofal iechyd gweinyddol Gwasanaethau gweinyddol asiantaethau
55100000 Gwasanaethau gwesty Gwasanaethau masnach gwestai, bwytai a manwerthu
85100000 Gwasanaethau iechyd Gwasanaethau iechyd a gwaith cymdeithasol
55110000 Gwasanaethau llety gwesty Gwasanaethau gwesty
60423000 Gwasanaethau llogi awyrennau Gwasanaethau cludiant awyr heb ei drefnu
63726400 Gwasanaethau llogi llongau Gwasanaethau cymorth amrywiol ar gyfer cludiant dros ddwr
55000000 Gwasanaethau masnach gwestai, bwytai a manwerthu Gwasanaethau eraill
63516000 Gwasanaethau rheoli teithio Gwasanaethau asiantaeth deithio a gwasanaethau tebyg
63515000 Gwasanaethau teithio Gwasanaethau asiantaeth deithio a gwasanaethau tebyg
79997000 Gwasanaethau teithio busnes Amrywiol wasanaethau sy’n gysylltiedig â busnes
63000000 Gwasanaethau trafnidiaeth ategol a chynorthwyol; gwasanaethau asiantaethau teithio Trafnidiaeth a Gwasanaethau Cysylltiedig
60200000 Gwasanaethau trafnidiaeth rheilffyrdd Gwasanaethau cludo (heblaw cludo gwastraff)
30237240 Gwe-gamera Cydrannau, ategolion a chyflenwadau ar gyfer cyfrifiaduron
60424110 Llogi awyrennau adenydd sefydlog gyda chriw Llogi cyfarpar cludo gyda chriw
60424100 Llogi awyrennau gyda chriw Llogi cyfarpar cludo gyda chriw
60172000 Llogi bysiau a choetsys gyda gyrrwr Llogi cerbydau cludo teithwyr gyda gyrrwr
60171000 Llogi ceir i deithwyr gyda gyrrwr Llogi cerbydau cludo teithwyr gyda gyrrwr
60170000 Llogi cerbydau cludo teithwyr gyda gyrrwr Gwasanaethau trafnidiaeth ffyrdd
60653000 Llogi cychod gyda chriw Llogi cyfarpar cludiant dros ddwr gyda chriw
60651200 Llogi cychod neu longau dyfrffyrdd mewndirol gyda chriw Llogi cychod neu longau gyda chriw
60651000 Llogi cychod neu longau gyda chriw Llogi cyfarpar cludiant dros ddwr gyda chriw
60651100 Llogi cychod neu longau mordwyol gyda chriw Llogi cychod neu longau gyda chriw
60424000 Llogi cyfarpar cludo gyda chriw Gwasanaethau cludiant awyr heb ei drefnu
60424120 Llogi hofrenyddion gyda chriw Llogi cyfarpar cludo gyda chriw
55130000 Mathau eraill o wasanaethau gwesty Gwasanaethau gwesty
48222000 Pecyn meddalwedd gweinydd gwe Pecyn meddalwedd rhyngrwyd a mewnrwyd

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:
supplier@crowncommercial.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.