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

Five Councils Corporate Services Project.

  • Cyhoeddwyd gyntaf: 24 Mawrth 2015
  • Wedi'i addasu ddiwethaf: 24 Mawrth 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:
South Oxfordshire District Council
ID Awudurdod:
AA22763
Dyddiad cyhoeddi:
24 Mawrth 2015
Dyddiad Cau:
16 Ebrill 2015
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This OJEU contract notice is giving notice of the joint procurement of two public contracts (the ‘Contracts’). The Contracting Authority is seeking to procure on behalf of itself and Vale of White Horse District Council, Hart District Council, Havant Borough Council, and Mendip District Council (together referred to as ‘the Authorities’) innovative private sector supplier(s) to invest in, transform and provide a range of corporate and transactional services.

The Authorities intend to award 2 separate Contracts (1 for each Lot) under this procedure for two separate sets of services. Potential suppliers are welcome to bid for either or both Lots. If the same bidder wins both Contracts/Lots the Authorities reserve the right to award one combined Contract. The competition for both Lots will be run in parallel. Evaluation will be completed independently for each Lot. Further details regarding the approach to evaluation of the 2 Lots will be issued to potential suppliers in due course.

The Authorities envisage that at the end of the procurement process the Authorities will jointly enter into the Contracts with the successful supplier(s).

The principal outcomes of the Contracts will be to:

1. Support the achievement of each Authority's corporate targets through:

Development of insight and evidence based decision making;

Integration of strategic planning and financial management;

Helping customers input into service planning and redesign and self-service;

Supporting multi-agency, partnership and two-tier collaborative working;

Supporting community-led initiatives;

Supporting growth in the areas served by the Authorities.

2. Improve the satisfaction of customers and service users through:

Ensuring the public sector only needs to be told once;

Simplifying engagement around key life events;

Enabling customers to engage with each Authority through the devices they want to use;

Ensuring customers and users can access information that is relevant to them;

Resolving customer and user issues quickly;

face to face service provided in a secure, accessible and fit for purpose environment;

maintaining and enhancing the public perception of the Authorities as effective providers of public services.

3. Improving the productivity of the Authorities' staff through:

Helping them to attract the right people and onboard them quickly;

Ensuring they are equipped with the right skills throughout their employment;

enabling them to work flexibly;

supporting effective performance management;

providing them with access to the right applications and management information;

minimising administration and paper within the Authorities whilst retaining compliance;

supporting effective and efficient workflow processes;

providing access to fit for purpose working and meeting facilities.

4. Achieve high levels of resilience and compliance through:

minimising dependency on specific locations to deliver service;

standardising processes and applications;

achieving open data standards;

protecting the Authorities, their customers and their staff from unauthorised activity;

engaging effectively with external assurance;

forecasting and planning for changes in levels of service demand;

achieving a highly utilised but flexible civic estate demonstrating transparency to the public.

5. Deliver improved value for money through:

Ensuring the Authorities achieve greater financial benefits through collaboration;

Harmonising and improving service performance;

Consistent and unit-based pricing of common elements of scope;

Developing a flexible partnership model that increases flexibility and innovation in the delivery and provision of the services and allows the Authorities to transfer services within the scope of this procurement at a date of the

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


South Oxfordshire District Council

Abbey House, Abbey Close

Abingdon-on-Thames

OX14 3JE

UK

Andrew Down

+44 1865252095

procurement@southandvale.gov.uk


http://www.southoxon.gov.uk



https://www.businessportal.southeastiep.gov.uk

https://www.businessportal.southeastiep.gov.uk
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio

I.2)

Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau

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

Havant Borough Council

Mendip District Council

Hart District Council

Vale of White Horse District Council

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr awdurdod contractio

Five Councils Corporate Services Project.

II.1.2(a))

Math o gontract gwaith

II.1.2(b))

Math o gontract cyflenwadau

II.1.2(c))

Math o gontract gwasanaeth

27

II.1.2)

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio

Oxfordshire (UKJ14), Somerset (UKK23) and Hampshire (UKJ3, UKJ33).



UKJ14

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

This OJEU contract notice is giving notice of the joint procurement of two public contracts (the ‘Contracts’). The Contracting Authority is seeking to procure on behalf of itself and Vale of White Horse District Council, Hart District Council, Havant Borough Council, and Mendip District Council (together referred to as ‘the Authorities’) innovative private sector supplier(s) to invest in, transform and provide a range of corporate and transactional services.

The Authorities intend to award 2 separate Contracts (1 for each Lot) under this procedure for two separate sets of services. Potential suppliers are welcome to bid for either or both Lots. If the same bidder wins both Contracts/Lots the Authorities reserve the right to award one combined Contract. The competition for both Lots will be run in parallel. Evaluation will be completed independently for each Lot. Further details regarding the approach to evaluation of the 2 Lots will be issued to potential suppliers in due course.

The Authorities envisage that at the end of the procurement process the Authorities will jointly enter into the Contracts with the successful supplier(s).

The principal outcomes of the Contracts will be to:

1. Support the achievement of each Authority's corporate targets through:

Development of insight and evidence based decision making;

Integration of strategic planning and financial management;

Helping customers input into service planning and redesign and self-service;

Supporting multi-agency, partnership and two-tier collaborative working;

Supporting community-led initiatives;

Supporting growth in the areas served by the Authorities.

2. Improve the satisfaction of customers and service users through:

Ensuring the public sector only needs to be told once;

Simplifying engagement around key life events;

Enabling customers to engage with each Authority through the devices they want to use;

Ensuring customers and users can access information that is relevant to them;

Resolving customer and user issues quickly;

face to face service provided in a secure, accessible and fit for purpose environment;

maintaining and enhancing the public perception of the Authorities as effective providers of public services.

3. Improving the productivity of the Authorities' staff through:

Helping them to attract the right people and onboard them quickly;

Ensuring they are equipped with the right skills throughout their employment;

enabling them to work flexibly;

supporting effective performance management;

providing them with access to the right applications and management information;

minimising administration and paper within the Authorities whilst retaining compliance;

supporting effective and efficient workflow processes;

providing access to fit for purpose working and meeting facilities.

4. Achieve high levels of resilience and compliance through:

minimising dependency on specific locations to deliver service;

standardising processes and applications;

achieving open data standards;

protecting the Authorities, their customers and their staff from unauthorised activity;

engaging effectively with external assurance;

forecasting and planning for changes in levels of service demand;

achieving a highly utilised but flexible civic estate demonstrating transparency to the public.

5. Deliver improved value for money through:

Ensuring the Authorities achieve greater financial benefits through collaboration;

Harmonising and improving service performance;

Consistent and unit-based pricing of common elements of scope;

Developing a flexible partnership model that increases flexibility and innovation in the delivery and provision of the services and allows the Authorities to transfer services within the scope of this procurement at a date of their choosing;

Reducing the cost to the Authorities of providing the services including reducing the unit cost of transactions;

Encouraging the use of and access to the services through more cost effective and efficient channels and assisting with demand management;

Enabling the Authorities to achieve efficiencies in, and better outcomes from, their client and contract management function;

Utilising modern approaches to the provision of ICT infrastructure and new technology generally;

Enabling capability to support future transformation.

In delivering these outcomes the Authorities will expect their chosen supplier(s) to:

— Deliver to specified performance, at least as good as current levels, from the start of the Contracts.

— Achieve rapid improvement and efficiencies in the services in scope without adversely impacting upon the Authorities' retained functions.

— Achieve further benefits by using the services in scope to transform the retained functions within the Authorities.

— Deliver the benefits of a shared service model for the users of council services.

— Provide value for money and accountable services from a customer perspective.

— Reduce revenue costs in supporting the delivery of front-line services wherever possible.

— Deliver continuous improvement and innovation in respect of these services.

It is anticipated that the core requirements that may be included in the Contracts will comprise the following:

Lot 1 Citizen, Corporate and Support Services

— Revenues and Benefits;

— Exchequer Services;

— Payroll;

— Accountancy/Finance;

— Information Technology;

— Human Resources;

— Licensing;

— Land Charges;

— Procurement;

— Customer Services.

Lot 2 Asset Management Services

— FM;

— Property Management;

— Car Parks Management.

The Authorities may include other requirements specific to a particular Authority in the Descriptive Document and the tender documents.

It should be noted that in the event of re-structuring within local government this procurement and/or the Contracts awarded may pass to successor authorities to the Authorities as relevant and appropriate.

In the event that any of the Authorities decides to withdraw from this procurement process, the remaining Authorities reserve the right to continue with this procurement process.

It is anticipated that the first services delivered under the Contracts will be for South Oxfordshire District Council and Vale of White Horse District Council and will commence on or around 1.8.2016, to coincide with the expiry of existing contracts. The service commencement dates for the first services for the other Authorities will be determined by the expiry dates of their existing contracts and the dialogue process. It is anticipated that the duration of the contracts shall be for an initial period of 110 months but with the ability to extend by one or more periods up to a further 60 months. The maximum Contract Period available is 170 months.

The Authorities reserve the right for:

— the Contracts and/or the services for (and within) each Lot to commence on the same or different dates for different Authorities;

— certain service areas within the scope of each Contract/Lot to be added during the contract term and commence after the first service commencement date; and/or

— some of the service areas not to be taken up by all the Authorities.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

79000000
79900000
66171000
66172000
79940000
75242110
75310000
75130000
79212400
79211120
79211110
79631000
79200000
79210000
79211000
79211200
66600000
72222300
72267100
72261000
72253000
79632000
79633000
79414000
79600000
79418000
79520000
79521000
79553000
79810000
79820000
79822500
79500000
79342300
79512000
79710000
79993000
79993100
98341130
98341140
70330000
98351000
98351100
98351110

II.1.7)

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

Blwch wedi'i dicio

II.1.8)

Rhannu'n lotiau

Ie

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

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Ie

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

The estimated values set out in this section take account of:

(1) at the lower end, the Authorities only spend over an average of 9 years and assumes the targeted level of savings is achieved;

(2) at the upper end, the Authorities spend over a 14 year 2 months contract term and all Councils take the full range of services.

The Authorities combined current annual spend is approximately 25 000 000 GBP.

These values are estimates.

Estimated value excluding VAT:

Range: between 170 000 000 and 415 000 000 GBP.

170 000 000415 000 000
GBP

II.2.2)

Opsiynau

It is anticipated that the duration of the Contract shall be for an initial period of 9 years 2 months but with the ability to extend by 1 or more periods up to a further 5 years. The maximum Contract Period available is 14 years 2 months.

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

170

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

Parent company guarantees, deposits, bonds or other forms of appropriate security may be required for the Contract. Further details will be included in the tender documents.

III.1.2)

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

To be developed in competitive dialogue.

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

The Authorities intend to enter into a contract (for each Lot) with either a single contractor or prime contractor (which may be an existing company or special purpose vehicle). The prime contractor would be expected to be a single legal entity.

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

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


As set out in Pre-Qualification Questionnaire.

III.2.2)

Capasiti economaidd ac ariannol


As set out in Pre-Qualification Questionnaire.



As set out in Pre-Qualification Questionnaire.


III.2.3)

Capasiti technegol


As set out in Pre-Qualification Questionnaire.



As set out in Pre-Qualification Questionnaire.


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?

Na

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

35

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

As set out in Pre-Qualification Questionnaire.

IV.1.3)

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

Blwch wedi'i 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

IV.3.2)

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

Blwch wedi'i dicio
Blwch heb ei dicio
2014/S 201-355002   18 - 10 - 2014

Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael manylebau a dogfennau ychwanegol



 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  16 - 04 - 2015   13:00

IV.3.5)

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

  07 - 05 - 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


VI.2)

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

Na



VI.3)

Gwybodaeth Ychwanegol

1. This is a joint procurement conducted by the Authorities who have formed a joint project team and a joint steering group to conduct the procurement. The intention is to award a single joint contract for each Lot.

2. It is for those invited to participate in dialogue to satisfy themselves of the position, but it is the initial view of the Authorities that the Transfer of Undertakings (Protection of Employment) Regulations 2006 will apply to the Contract.

3. This tendering exercise is being undertaken through the South East Business Portal: (URL: https://www.businessportal.southeastiep.gov.uk). Suppliers will need to register an interest on the system in order to participate, and registration is free.

4. Requests for clarification should be sent through the South East Business Portal. The Authorities shall reply to requests for clarification that are received by it before 17:00 on 9.4.2015.

5. A briefing event will be held on 1.4.2015 at 10:30 am to 12:30 (in a group session) at Havant Borough Council, Public Service Plaza, Civic Centre Road, Havant PO9 2AX. Individual sessions will be available following the group session from 12:30 onwards. Due to space limitations, organisations are asked to send no more than two representatives. In order that appropriate security arrangements can be made interested organisations who wish to attend the group session shall advise Jennifer Burt, no later than 27.3.2015, via email at jennifer.burt@southandvale.gov.uk, of the names of their representatives attending and confirm whether an individual session will also be required. (Please note: individual slots will be allocated on a first come first serve basis and specific times will be issued during the morning session).

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am y gweithdrefnau apelio


High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK




Corff sy'n gyfrifol am y gweithdrefnau cyfryngu


High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK




VI.4.2)

Cyflwyno apeliadau

The Authorities will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the Authorities as soon as possible after the decision has been made as to the reasons why the Applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No. 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Authorities to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Authorities to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho










VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  16 - 03 - 2015

ATODIAD A

Cyfeiriadau a Phwyntiau Cyswllt Ychwanegol

I)

Cyfeiriad a phwyntiau cyswllt ar gyfer cael gwybodaeth bellach



Andrew Down

Abbey House, Abbey Close

Abingdon-on-Thames

OX14 3JE

UK




http://www.businessportal.southeastiep.gov.uk

II)

Cyfeiriad a phwyntiau cyswllt ar gyfer cael manylebau a dogfennaeth ychwanegol



South East Business Portal




UK

https://www.businessportal.southeastiep.gov.uk




https://www.businessportal.southeastiep.gov.uk

III)

Cyfeiriad a phwyntiau cyswllt ar gyfer anfon Tendrau/Ceisiadau i Gymryd Rhan:



South East Business Portal




UK

https://www.businessportal.southeastiep.gov.uk




https://www.businessportal.southeastiep.gov.uk

ATODIAD B

Gwybodaeth Am Lotiau

1     Citizen, Corporate and Support Services

1)

Disgrifiad Byr

See Section II.1.5 above

It is anticipated that the core requirements that may be included in the Contract will comprise the following:

Lot 1 Citizen, Corporate and Support Services

— Revenues and Benefits;

— Exchequer Services;

— Payroll;

— Accountancy/Finance;

— Information Technology;

— Human Resources;

— Licensing;

— Land Charges;

— Procurement;

— Customer Services.

2)

Geirfa Gaffael Gyffredin (CPV)

79000000
79900000
66171000
66172000
79940000
75242110
75310000
75130000
79212400
79211120
79631000
79211110
79200000
79210000
79211000
79212000
79211200
66600000
72222300
72267100
72261000
72253000
79632000
79633000
79414000
79600000
79418000
79520000
79521000
79553000
79810000
79820000
79822500
79500000
79342300
79512000

3)

Maint neu gwmpas



132 000 000301 000 000   GBP .

4)

Syniad o ddyddiadau gwahanol y contract

5)

Gwybodaeth Ychwanegol am lotiau

For the NUTS codes for Lot 1 please see section II.1.2:

Oxfordshire (UKJ14), Somerset (UKK23) and Hampshire (UKJ3, UKJ33).

ATODIAD B

Gwybodaeth Am Lotiau

2     Technical, asset and location based services

1)

Disgrifiad Byr

See Section II.1.5 above

It is anticipated that the core requirements that may be included in the Contract will comprise the following:

Lot 2 Asset Management Services

— FM;

— Property Management;

— Car Parks Management.

2)

Geirfa Gaffael Gyffredin (CPV)

79710000
79993000
79993100
79500000
98341130
98341140
70330000
98351000
98351100
98351110

3)

Maint neu gwmpas



38 000 000115 000 000   GBP .

4)

Syniad o ddyddiadau gwahanol y contract

5)

Gwybodaeth Ychwanegol am lotiau

For the NUTS codes for Lot 2 please see section II.1.2:

Oxfordshire (UKJ14), Somerset (UKK23) and Hampshire (UKJ3, UKJ33).


Codio

Categorïau nwyddau

ID Teitl Prif gategori
79900000 Amrywiol wasanaethau busnes a gwasanaethau sy’n gysylltiedig â busnes Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
79512000 Canolfan alwadau Gwasanaethau ateb ffôn
72267100 Cynnal a chadw meddalwedd technoleg gwybodaeth Gwasanaethau cynnal a chadw ac atgyweirio meddalwedd
79211200 Gwasanaeth crynhoi datganiadau ariannol Gwasanaethau cyfrifyddu
79212400 Gwasanaethau archwilio twyll Gwasanaethau eiriolaeth
79810000 Gwasanaethau argraffu Gwasanaethau argraffu a gwasanaethau cysylltiedig
79940000 Gwasanaethau asiantaeth gasglu Amrywiol wasanaethau busnes a gwasanaethau sy’n gysylltiedig â busnes
75130000 Gwasanaethau ategol ar gyfer y llywodraeth Gwasanaethau gweinyddu
75242110 Gwasanaethau beili Gwasanaethau cyfraith a threfn gyhoeddus
75310000 Gwasanaethau budd-daliadau Gwasanaethau nawdd cymdeithasol gorfodol
79000000 Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch Gwasanaethau eraill
79211120 Gwasanaethau cofnodi gwerthiannau a phryniannau Gwasanaethau cyfrifyddu
79342300 Gwasanaethau cwsmeriaid Gwasanaethau marchnata
79211000 Gwasanaethau cyfrifyddu Gwasanaethau cyfrifyddu ac archwilio
79210000 Gwasanaethau cyfrifyddu ac archwilio Gwasanaethau cyfrifyddu, archwilio a chyllidol
79200000 Gwasanaethau cyfrifyddu, archwilio a chyllidol Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
79553000 Gwasanaethau cyhoeddi bwrdd gwaith Gwasanaethau teipio, prosesu geiriau a chyhoeddi bwrdd gwaith
72253000 Gwasanaethau cymorth a desg gymorth Gwasanaethau system a chymorth
72261000 Gwasanaethau cymorth meddalwedd Gwasanaethau sy’n gysylltiedig â meddalwedd
79500000 Gwasanaethau cymorth swyddfa Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
79633000 Gwasanaethau datblygu staff Gwasanaethau personél heblaw gwasanaethau lleoli a chyflenwi
79710000 Gwasanaethau diogelwch Gwasanaethau ymchwilio a diogelwch
79822500 Gwasanaethau dylunio graffeg Gwasanaethau cyfansoddiad
79212000 Gwasanaethau eiriolaeth Gwasanaethau cyfrifyddu ac archwilio
98341140 Gwasanaethau gofalwr Gwasanaethau llety
98351110 Gwasanaethau gorfodi parcio Gwasanaethau rheoli maes parcio
79632000 Gwasanaethau hyfforddi personél Gwasanaethau personél heblaw gwasanaethau lleoli a chyflenwi
79521000 Gwasanaethau llungopïo Gwasanaethau reprograffig
98351100 Gwasanaethau maes parcio Gwasanaethau rheoli maes parcio
79631000 Gwasanaethau personél a chyflogres Gwasanaethau personél heblaw gwasanaethau lleoli a chyflenwi
98341130 Gwasanaethau porthorol Gwasanaethau llety
66172000 Gwasanaethau prosesu trafodion ariannol a thai clirio Gwasanaethau ymgynghori ariannol, prosesu trafodion ariannol a thai clirio
79600000 Gwasanaethau recriwtio Gwasanaethau busnes: y gyfraith, marchnata, ymgynghori, recriwtio, argraffu a diogelwch
79520000 Gwasanaethau reprograffig Gwasanaethau cymorth swyddfa
79993000 Gwasanaethau rheoli adeiladau a chyfleusterau Amrywiol wasanaethau sy’n gysylltiedig â busnes
79993100 Gwasanaethau rheoli cyfleusterau Gwasanaethau rheoli adeiladau a chyfleusterau
79211110 Gwasanaethau rheoli cyflogres Gwasanaethau cyfrifyddu
98351000 Gwasanaethau rheoli maes parcio Gwasanaethau amwynderau dinesig
79820000 Gwasanaethau sy’n gysylltiedig ag argraffu Gwasanaethau argraffu a gwasanaethau cysylltiedig
72222300 Gwasanaethau technoleg gwybodaeth Systemau gwybodaeth neu wasanaethau adolygu a chynllunio technoleg strategol
66600000 Gwasanaethau trysorfa Gwasanaethau ariannol ac yswiriant
79418000 Gwasanaethau ymgynghori ar gaffael Gwasanaethau ymgynghori ar fusnes a rheoli
79414000 Gwasanaethau ymgynghori ar reoli adnoddau dynol Gwasanaethau ymgynghori ar fusnes a rheoli
66171000 Gwasanaethau ymgynghori ariannol Gwasanaethau ymgynghori ariannol, prosesu trafodion ariannol a thai clirio
70330000 Gwasanaethau yswiriant eiddo tiriog ar sail ffi neu gontract Gwasanaethau asiantaeth eiddo tiriog ar sail ffi neu gontract

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:
procurement@southandvale.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.