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

PRN — 004071 Nottinghamshire and City of Nottingham Fire Authority Multi Activity contract for pla

  • Cyhoeddwyd gyntaf: 06 Mehefin 2015
  • Wedi'i addasu ddiwethaf: 06 Mehefin 2015

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:
Nottinghamshire Fire and Rescue Service
ID Awudurdod:
AA47875
Dyddiad cyhoeddi:
06 Mehefin 2015
Dyddiad Cau:
03 Awst 2015
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Nottinghamshire and City of Nottingham Fire Authority is inviting expressions of interest from suitably qualified and experienced organisations interested in being invited to tender for the Multi Activity Contract for planned, preventative and reactive maintenance services required to maintain the Authority"s Estate. The Authority's estate comprises of 27 sites which include Head Quarters, whole time and retained fire stations along with training blocks and training towers. A list of all sites will be provided by Faithful+Gould upon request to the in-tend tendering portal, details in section I.1. The services consist of planned, preventative and reactive maintenance of mechanical and electrical service installations and building fabric across the Authority's Estate, including services ranging from, but without limitation to, asbestos inspections through to the repair of valves and taps. The Multi Activity Contract will be a 3 year contract with the option of extending for an additional 2 years. Estimated Value is — planned maintenance between 300 000-450 000 GBP per year and reactive maintenance 100 000-250 000 GBP per year. It is anticipated that the size of the Multi Activity Contract may result in the chosen Provider having a full time presence across the Estate from Monday to Friday during the Authority's working day, to carry out planned and preventative maintenance. Reactive maintenance will be dealt with on an ad hoc basis to carry out works that will be defined within the contract.

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


Nottinghamshire and City of Nottingham Fire Authority

Headquarters, Bestwood Lodge

Arnold

NG5 8PD

UK

Procurement Team via NFRS In-Tend correspondence — link https://in-tendhost.co.uk/notts-fire/aspx/Home

All correspondence MUST be through the NFRS In-Tend tendering eprocurement portal




https://in-tendhost.co.uk/notts-fire/aspx/Home


Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

I.2)

Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau

Blwch wedi'i dicio
Fire Authoirty
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Na

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr awdurdod contractio

PRN — 004071 Nottinghamshire and City of Nottingham Fire Authority Multi Activity contract for planned, preventative and reactive maintenance services required to maintain the authorities' estate.

II.1.2(a))

Math o gontract gwaith

II.1.2(b))

Math o gontract cyflenwadau

II.1.2(c))

Math o gontract gwasanaeth

1

II.1.2)

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio



UKF14

II.1.3)

Mae'r hysbysiad hwn yn ymwneud â

Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch heb ei dicio
Blwch heb ei dicio

Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith

Hyd y cytundeb fframwaith

Cyfiawnhad dros gytundeb fframwaith sy'n para am fwy na phedair blynedd

Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith

Amlder a gwerth y contractau a gaiff eu dyfarnu

II.1.5)

Disgrifiad byr o'r contract neu'r pryniant/pryniannau

Nottinghamshire and City of Nottingham Fire Authority is inviting expressions of interest from suitably qualified and experienced organisations interested in being invited to tender for the Multi Activity Contract for planned, preventative and reactive maintenance services required to maintain the Authority"s Estate. The Authority's estate comprises of 27 sites which include Head Quarters, whole time and retained fire stations along with training blocks and training towers. A list of all sites will be provided by Faithful+Gould upon request to the in-tend tendering portal, details in section I.1. The services consist of planned, preventative and reactive maintenance of mechanical and electrical service installations and building fabric across the Authority's Estate, including services ranging from, but without limitation to, asbestos inspections through to the repair of valves and taps. The Multi Activity Contract will be a 3 year contract with the option of extending for an additional 2 years. Estimated Value is — planned maintenance between 300 000-450 000 GBP per year and reactive maintenance 100 000-250 000 GBP per year. It is anticipated that the size of the Multi Activity Contract may result in the chosen Provider having a full time presence across the Estate from Monday to Friday during the Authority's working day, to carry out planned and preventative maintenance. Reactive maintenance will be dealt with on an ad hoc basis to carry out works that will be defined within the contract.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

50700000
50750000
50514000
50721000
50413000
50531000
50712000
50531300
50532300
50411300
50531100
50532100
50532200
50531200
50342000
50512000
50711000
50710000
50760000
50341000
50514100
50343000
50510000
50720000
50530000
50532400
50411200
50411100
50532000
44531700
50513000
50412000
50730000
50883000
50610000
50511000
50511200

II.1.7)

Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)

Blwch wedi'i dicio

II.1.8)

Rhannu'n lotiau

Na

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Na

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

The Authority has 27 sites spread across the county of Nottinghamshire and within Nottingham City itself (the site addresses are available upon request from Faithful+Gould via the in-tend tendering portal). The Authority is looking to let a ‘term’ contract for a ‘multiactivity’ contract (the Multi Activity Contract) for planned, preventative and reactive maintenance services required to maintain The Authoritys Estate. This Multi Activity Contract will be for an initial 3 year period with an option for the Authority to extend for up to a further 2 years. The authority has a current Mulit Activity Contract which is due to expire in 2016. The authorities aim is to replace this with a new Mulit Activity Contract for the following reasons: To ensure the Authoritys Estate is well maintained and is compliant with all relevant statutory requirements. To ensure the Authoritys Estate allows the Authority to maintain its operational capability as a fire service at all times. To provide the Authority with a 24/7 reactive call out repair service. To provide best value through the application of economies of scale in larger contracts. To provide a common standard in the way that the Authority expects its contractors to manage equality and diversity and in harmony with its own. To provide a common standard for our requirements in the way that the Authority expects its contractors to manage environmental issues in line with its own. To provide a single point of responsibility for the Authority for the management of our pre-planned and reactive maintenance. To provide a standard level of service for contract services across the Authoritys estate. The estimated value is — planned maintenance between 300 000-450 000 GBP per year and reactive maintenance 100 000-250 000 GBP per year.

It is worthwhile to note at this point that the authority recognises that the Transfer Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply in respect of this contract, and should they so apply that for the purposes of those regulations, the undertaking concerned (or any relevant part of the undertaking) shall transfer to the preferred provider on the commencement of full operations.

II.2.2)

Opsiynau

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

Nifer yr adnewyddiadau posibl

Yn achos contractau cyflenwadau neu wasanaethau adnewyddadwy, amserlen amcangyfrifedig ar gyfer contractau dilynol

II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

36

Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol

III.1)

Amodau sy'n Ymwneud â'r Contract

III.1.1)

Adneuon a gwarantau sydd eu hangen

The right to request appropriate guarantees and bonds is reserved.

III.1.2)

Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol

III.1.3)

Y ffurf gyfreithiol i'w chymryd gan y grŵp o gyflenwyr, contractwyr neu ddarparwyr gwasanaeth y caiff y contract ei ddyfarnu iddo

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

As specified in the contract notice PQQ and ITT and form of contract.

III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol gweithredwyr economaidd, gan gynnwys gofynion sy'n ymwneud â chofrestru ar gofrestrau proffesiynol neu fasnach


Participants will be required to complete a PQQ which will be provided upon request by expressing an interest via the NFRS e-procurement system In-Tend https://in-tendhost.co.uk/notts-fire/aspx/Home — see regulation 57 of the Public contracts regulations 2015.

III.2.2)

Capasiti economaidd ac ariannol


Please refer to the financial and economic standing requirement as stated in the Pre Qualification Questionnaire and see regulation 58 of the Public contracts regulations 2015.



Appropriate statements to confirm any firms have or will have the following insurances;

— Professional Indemnity Insurance — 2 000 000 GBP per insurance period.

— Employers Liability — 5 000 000 GBP on each and every claim or series of connected claims basis.

— Public Liability — 10 000 000 GBP on each and every claim or series of connected claims basis.


III.2.3)

Capasiti technegol


Please refer to the technical requirements as stated in the pre qualification questionnaire and see regulation 58 of the Public contracts regulations 2015.




III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

III.3)

Amodau sy'n Benodol i Gontractau Gwasanaeth

III.3.1)

A gaiff y gwaith o ddarparu'r gwasanaeth ei gadw ar gyfer proffesiwn penodol?

Ie

All organisations shall as a minimum shall be members of CHAS and Constructionline. All electrical operatives shall as a minimum, be qualified in accordance with the current addition of regulation for electrical equipment of buildings published by IEE. Operatives working on gas maintenance are required to be Gas Safe registered. All operatives must hold a current CSCS card appropriate to their profession.

III.3.2)

A fydd yn ofynnol i endidau cyfreithiol nodi enwau a chymwysterau proffesiynol y personél a fydd yn gyfrifol am ddarparu'r gwasanaeth?

Na

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn


Blwch heb ei dicio Blwch wedi'i dicio
Blwch heb ei dicio Blwch heb ei dicio
Blwch heb ei dicio Blwch heb ei dicio

Cyfiawnhad dros ddewis gweithdrefn gyflym

IV.1.1)

A yw ymgeiswyr wedi'u dewis eisoes?

Na

IV.1.2)

Cyfyngiadau ar nifer y gweithredwyr a gaiff eu gwahodd i dendro neu gymryd rhan

6

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

Candidates will be limited to the top 6 candidates as ranked after the marking of the PQQ, who have passed all pass/ fail elements of the PQQ and if less than 6, pass all pass/fail elements, it will be the number that have passed all of the pass/fail elements.

IV.1.3)

Lleihau nifer y gweithredwyr yn ystod y broses negodi neu'r deialog

Blwch heb ei dicio

IV.2)

Meini Prawf Dyfarnu

Na


Ie

Na

IV.2.2)

Defnyddir arwerthiant electronig

Na

IV.3 Gwybodaeth Weinyddol

IV.3.1)

Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr awdurdod contractio

PRN -0004071

IV.3.2)

Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract

Blwch heb ei dicio
Blwch heb ei dicio


Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael manylebau a dogfennau ychwanegol

  01 - 07 - 2015   12:00

 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  03 - 08 - 2015   12:00

IV.3.5)

Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd

  21 - 8 - 2015

IV.3.6)

Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan

Blwch wedi'i dicio     

IV.3.7)

Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw'r tendr 

IV.3.8)

Amodau ar gyfer agor tendrau





Adran VI: Gwybodaeth Arall

VI.1)

Nodwch a yw'r broses gaffael hon yn digwydd yn rheolaidd a rhowch Amcangyfrif o pryd y caiff hysbysiadau pellach eu cyhoeddi


Estimated timing for further notices to be published 2019.

VI.2)

A yw'r contract yn ymwneud â Phrosiect/Rhaglen a ariennir gan Gronfeydd Cymunedol?

Na



VI.3)

Gwybodaeth Ychwanegol

Please note that the pre-qualification questionnaire contains important background and contextual information. The contractual conditions will be set out in the invitation to tender and it is the Contracting Authoritys intention to include certain contractual provisions relating to but not limited to the provision of management information to the Authority and further information will be available in the pre-qualification questionnaire and invitation to tender. Please see below the indicative timetable for this procurement exercise. The Authority reserved the right to amend this timetable should it need to.

As noted in II.2.1 the authority recognises that the Transfer Undertakings (Protection of Employment) Regulations 2006 (TUPE) may apply in respect of this contract, and should they so apply that for the purposes of those regulations, the undertaking concerned (or any relevant part of the undertaking) shall transfer to the preferred provider on the commencement of full operations.

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am y gweithdrefnau apelio










Corff sy'n gyfrifol am y gweithdrefnau cyfryngu










VI.4.2)

Cyflwyno apeliadau

The Contracting Authority will incorporate a minimum 10 calendar day standstill period (or 15 days when none-electronic or fax methods are used) at the point that an award decision notice is communicated to tenderers. The Award Decision Notice will specify the criteria for the award of the contract, the reasons for the decision including the characteristics and relative advantages, the name and score of the successful tenderer and will specify when the standstill period is expected to end or the date before which the Contracting Authority will not conclude the contract. If an appeal regarding the award of a contract has not been successfully resolved, the Public Contract Regulations 2015 chapter 6 provide for aggrieved parties who have been harmed or are at risk of breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). The Court may order the setting aside of the Award Decision or may order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may make a declaration of ineffectiveness or may order that the duration of any relevant specific contract be shortened and additionally may award damages. The time limit for seeking such a declaration is generally 30 days from notification of the Award (either by Award Decision Notification or Contract Award Notice depending on the circumstances) or otherwise 6 months.

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho










VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  01 - 06 - 2015

Codio

Categorïau nwyddau

ID Teitl Prif gategori
50760000 Atgyweirio a chynnal a chadw cyfleusterau cyhoeddus Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau
50721000 Comisiynu gwaith gosod systemau gwresogi Gwasanaethau atgyweirio a chynnal a chadw systemau gwres canolog
44531700 Eitemau haearn neu ddur ag edau Ffasnyddion ag edau
50531000 Gwasanaethau atgyweirio a chynnal a chadw ar gyfer peiriannau nad ydynt yn drydanol Gwasanaethau atgyweirio a chynnal a chadw peiriannau
50531100 Gwasanaethau atgyweirio a chynnal a chadw boeleri Gwasanaethau atgyweirio a chynnal a chadw ar gyfer peiriannau nad ydynt yn drydanol
50883000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar arlwyo Gwasanaethau atgyweirio a chynnal a chadw cyfarpar gwesty a bwyty
50610000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar diogelwch Gwasanaethau atgyweirio a chynnal a chadw deunyddiau diogelwch ac amddiffyn
50532400 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar dosbarthu trydanol Gwasanaethau atgyweirio a chynnal a chadw peiriannau a chyfarpar trydanol a chyfarpar cysylltiedig
50343000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar fideo Gwasanaethau atgyweirio a chynnal a chadw cyfarpar clyweledol ac optegol
50413000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar gwirio Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur, profi a gwirio
50412000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar profi Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur, profi a gwirio
50342000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar sain Gwasanaethau atgyweirio a chynnal a chadw cyfarpar clyweledol ac optegol
50341000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar teledu Gwasanaethau atgyweirio a chynnal a chadw cyfarpar clyweledol ac optegol
50514000 Gwasanaethau atgyweirio a chynnal a chadw cynwysyddion metel Gwasanaethau atgyweirio a chynnal a chadw pympiau, falfiau, tapiau a chynwysyddion metel
50531300 Gwasanaethau atgyweirio a chynnal a chadw cywasgyddion Gwasanaethau atgyweirio a chynnal a chadw ar gyfer peiriannau nad ydynt yn drydanol
50512000 Gwasanaethau atgyweirio a chynnal a chadw falfiau Gwasanaethau atgyweirio a chynnal a chadw pympiau, falfiau, tapiau a chynwysyddion metel
50532300 Gwasanaethau atgyweirio a chynnal a chadw generaduron Gwasanaethau atgyweirio a chynnal a chadw peiriannau a chyfarpar trydanol a chyfarpar cysylltiedig
50730000 Gwasanaethau atgyweirio a chynnal a chadw grwpiau oeryddion Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau
50700000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau Gwasanaethau atgyweirio a chynnal a chadw
50712000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod mecanyddol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau
50710000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau
50711000 Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol adeiladau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod trydanol a mecanyddol adeiladau
50411100 Gwasanaethau atgyweirio a chynnal a chadw mesuryddion dwr Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur
50411200 Gwasanaethau atgyweirio a chynnal a chadw mesuryddion nwy Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur
50411300 Gwasanaethau atgyweirio a chynnal a chadw mesuryddion trydan Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur
50532100 Gwasanaethau atgyweirio a chynnal a chadw moduron trydan Gwasanaethau atgyweirio a chynnal a chadw peiriannau a chyfarpar trydanol a chyfarpar cysylltiedig
50532200 Gwasanaethau atgyweirio a chynnal a chadw newidyddion Gwasanaethau atgyweirio a chynnal a chadw peiriannau a chyfarpar trydanol a chyfarpar cysylltiedig
50530000 Gwasanaethau atgyweirio a chynnal a chadw peiriannau Gwasanaethau atgyweirio a chynnal a chadw ar gyfer pympiau, falfiau, tapiau a pheiriannau a chynwysyddion metel
50532000 Gwasanaethau atgyweirio a chynnal a chadw peiriannau a chyfarpar trydanol a chyfarpar cysylltiedig Gwasanaethau atgyweirio a chynnal a chadw peiriannau
50511000 Gwasanaethau atgyweirio a chynnal a chadw pympiau Gwasanaethau atgyweirio a chynnal a chadw pympiau, falfiau, tapiau a chynwysyddion metel
50511200 Gwasanaethau atgyweirio a chynnal a chadw pympiau nwy Gwasanaethau atgyweirio a chynnal a chadw pympiau
50510000 Gwasanaethau atgyweirio a chynnal a chadw pympiau, falfiau, tapiau a chynwysyddion metel Gwasanaethau atgyweirio a chynnal a chadw ar gyfer pympiau, falfiau, tapiau a pheiriannau a chynwysyddion metel
50720000 Gwasanaethau atgyweirio a chynnal a chadw systemau gwres canolog Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau
50514100 Gwasanaethau atgyweirio a chynnal a chadw tanciau Gwasanaethau atgyweirio a chynnal a chadw cynwysyddion metel
50513000 Gwasanaethau atgyweirio a chynnal a chadw tapiau Gwasanaethau atgyweirio a chynnal a chadw pympiau, falfiau, tapiau a chynwysyddion metel
50531200 Gwasanaethau cynnal a chadw dyfeisiau nwy Gwasanaethau atgyweirio a chynnal a chadw ar gyfer peiriannau nad ydynt yn drydanol
50750000 Gwasanaethau cynnal a chadw lifftiau Gwasanaethau atgyweirio a chynnal a chadw gwaith gosod adeiladau

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:
N/a
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.