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

HO UKVI Secure Testing Services

  • Cyhoeddwyd gyntaf: 17 Tachwedd 2018
  • Wedi'i addasu ddiwethaf: 17 Tachwedd 2018

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 Home Office (Secretary of State for the Home Department)
ID Awudurdod:
AA28569
Dyddiad cyhoeddi:
17 Tachwedd 2018
Dyddiad Cau:
08 Ionawr 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

A single procurement is being undertaken for all lots, using the “Open Procedure” under the Public Contracts Regulations 2015. Award for lot 1 will be based on the following:

Secure English Language Testing (SELT) concession contracts to be awarded under the Concession Contracts Regulations 2016 and the home office UK Visas and Immigration (UKVI) is seeking suppliers to enter into a concession arrangement for the provision of Secure English Language Tests (SELT):

Home office immigration policy establishes an English language requirement that customers are required to evidence. One way to satisfy the English language requirement is to demonstrate language skills through evidence of an approved language test as assessed by a Home Office approved provider (Secure English Language Test).

SELTs are taken by individuals before applying for entry clearance from outside the UK, to enter the UK, or leave to remain to extend their stay in the UK, or for settlement in the UK or for naturalisation as a British Citizen, where evidence of English language ability is a requirement.

Approved language tests enable a customer to demonstrate competency in reading, writing, listening and spoken English at the level set out in home office policy (in reference to the Common European Framework of Reference for Languages (CEFR) in accordance to the route in which they are applying.

The scope of the requirement is to provide a test(s) that enable assessment of language proficiency to levels required by the Home Office (in reference to CEFR) within a wider service that ensures integrity for approximately 280 000 customers per annum within the UK.

The concession arrangement will be for a maximum 5 year period.

The concession services include but are not limited to:

— make available English tests that are assessed as mapping to the CEFR and to ensure the viability of the test throughout the life of the agreement with the Home Office,

— the secure/assured provision of facilities for the delivery of tests, ensuring they are delivered safely and securely in terms of both test environment and test result,

— undertaking rigorous analysis and assurance measures to identify risks/issues and reporting these to the home office and

— providing a high level of customer experience to those taking the tests.

Prospective suppliers should note that they will be required to evidence as part of their bid that they hold/or will have accreditation by OFQUAL to deliver secure testing services.

Furthermore, any English language test proposed by prospective suppliers as part of their bid must be submitted alongside independent assessment by the UK government’s designated authority, known as the National Academic Recognition Information Centre (UK NARIC) or other equivalent NARIC body, of the mapping of their tests to Council of Europe’s CEFR’s proficiency levels. Participants should allow sufficient time from their expression of interest to the bid closing date to obtain this assessment.

The new concession agreements are expected to come into operation on expiry of the current agreements, in the autumn of 2019.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Home Office

2 Marsham Street

London

SW1P 4DF

UK

Person cyswllt: STS Procurement Team

E-bost: UKVIProcurementTeamSecureTestingServices@homeoffice.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.gov.uk/government/organisations/home-office

Cyfeiriad proffil y prynwr: https://gpsesourcing.cabinetoffice.gov.uk/

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp


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


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://gpsesourcing.cabinetoffice.gov.uk/sso/jsp/login.jsp


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

Trefn a diogelwch cyhoeddus

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

HO UKVI Secure Testing Services

Cyfeirnod: HO/18/02/OJEU

II.1.2) Prif god CPV

73430000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The home office plans to procure secure testing services for persons seeking to enter the UK, apply for settlement and/or apply for UK citizenship through:

— the delivery of Secure English Language Testing (SELT) both within the UK and the Rest of the World (ROW) and

— the delivery of Life in the UK Testing (LitUK) within the UK.

A single procurement is being undertaken for all Services, using the “Open Procedure” under the Public Contracts Regulations 2015. Award will be based on the following:

— Secure English Language Testing (SELT) Concession contracts to be awarded under the Concession Contracts Regulations 2016 and

— Life in the UK Testing (LitUK) A services contract to be awarded under the Public Contracts Regulations 2015.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 380 000 000.00 GBP

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

Gellir cyflwyno tendrau ar gyfer pob lot

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

Lot 1: Secure English Language Testing (SELT) UK;

Lot 2: Secure English Language Testing (SELT) ROW;

Lot 3: Life in the UK Testing (LitUK).

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Secure English Language Testing (SELT) UK

II.2.2) Cod(au) CPV ychwanegol

75100000

75130000

72590000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

A single procurement is being undertaken for all lots, using the “Open Procedure” under the Public Contracts Regulations 2015. Award for lot 1 will be based on the following:

Secure English Language Testing (SELT) concession contracts to be awarded under the Concession Contracts Regulations 2016 and the home office UK Visas and Immigration (UKVI) is seeking suppliers to enter into a concession arrangement for the provision of Secure English Language Tests (SELT):

Home office immigration policy establishes an English language requirement that customers are required to evidence. One way to satisfy the English language requirement is to demonstrate language skills through evidence of an approved language test as assessed by a Home Office approved provider (Secure English Language Test).

SELTs are taken by individuals before applying for entry clearance from outside the UK, to enter the UK, or leave to remain to extend their stay in the UK, or for settlement in the UK or for naturalisation as a British Citizen, where evidence of English language ability is a requirement.

Approved language tests enable a customer to demonstrate competency in reading, writing, listening and spoken English at the level set out in home office policy (in reference to the Common European Framework of Reference for Languages (CEFR) in accordance to the route in which they are applying.

The scope of the requirement is to provide a test(s) that enable assessment of language proficiency to levels required by the Home Office (in reference to CEFR) within a wider service that ensures integrity for approximately 280 000 customers per annum within the UK.

The concession arrangement will be for a maximum 5 year period.

The concession services include but are not limited to:

— make available English tests that are assessed as mapping to the CEFR and to ensure the viability of the test throughout the life of the agreement with the Home Office,

— the secure/assured provision of facilities for the delivery of tests, ensuring they are delivered safely and securely in terms of both test environment and test result,

— undertaking rigorous analysis and assurance measures to identify risks/issues and reporting these to the home office and

— providing a high level of customer experience to those taking the tests.

Prospective suppliers should note that they will be required to evidence as part of their bid that they hold/or will have accreditation by OFQUAL to deliver secure testing services.

Furthermore, any English language test proposed by prospective suppliers as part of their bid must be submitted alongside independent assessment by the UK government’s designated authority, known as the National Academic Recognition Information Centre (UK NARIC) or other equivalent NARIC body, of the mapping of their tests to Council of Europe’s CEFR’s proficiency levels. Participants should allow sufficient time from their expression of interest to the bid closing date to obtain this assessment.

The new concession agreements are expected to come into operation on expiry of the current agreements, in the autumn of 2019.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 89 000 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract can be extended on any number of occasions, of up to two (2) years, subject to a minimum extension period of three (3) months, giving a maximum duration of 5 years.

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 authority is not responsible for any bidding costs incurred by participants in respect of this procurement. The authority reserves the right to:

— abandon the competitive process and not award any concession,

— make any changes it sees as reasonable to the competition,

— remove and/or amend element(s) from the scope of the requirements and

— accept or reject any tender.

Rhif y Lot 2

II.2.1) Teitl

Secure English language Testing (SELT) ROW

II.2.2) Cod(au) CPV ychwanegol

75100000

75130000

72590000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Worldwide (Excluding the UK)

II.2.4) Disgrifiad o’r caffaeliad

A single procurement is being undertaken for all lots, using the “Open Procedure” under the Public Contracts Regulations 2015. Award for lot 2 will be based on the following:

Secure English Language Testing (SELT) Concession contracts to be awarded under the Concession Contracts Regulations 2016.

The home office UK Visas and Immigration (UKVI) is seeking suppliers to enter into a concession arrangement for the provision of Secure English Language Tests (SELT):

Home Office immigration policy establishes an English language requirement that customers are required to evidence. One way to satisfy the English language requirement is to demonstrate language skills through evidence of an approved language test as assessed by a home office approved provider (Secure English Language Test).

SELTs are taken by individuals before applying for entry clearance from outside the UK, to enter the UK, or leave to remain to extend their stay in the UK, or for settlement in the UK or for naturalisation as a British Citizen, where evidence of English language ability is a requirement.

Approved language tests enable a customer to demonstrate competency in reading, writing, listening and spoken English at the level set out in home office policy (in reference to the Common European Framework of Reference for Languages (CEFR) in accordance to the route in which they are applying.

The scope of the requirement is to provide a test(s) that enable assessment of language proficiency to levels required by the home office (in reference to CEFR) within a wider service that ensures integrity for approximately 340 000 customers per annum worldwide (excl the UK).

The concession arrangement will be for a maximum 5 year period.

The concession services include but are not limited to:

— make available English tests that are assessed as mapping to the CEFR and to ensure the viability of the test throughout the life of the agreement with the home office,

— the secure/assured provision of facilities for the delivery of tests, ensuring they are delivered safely and securely in terms of both test environment and test result,

— undertaking rigorous analysis and assurance measures to identify risks/issues and reporting these to the home office and

— providing a high level of customer experience to those taking the tests.

Prospective suppliers should note that they will be required to evidence as part of their bid that they hold/or will have accreditation by OFQUAL to deliver secure testing services.

Furthermore, any English language test proposed by prospective suppliers as part of their bid must be submitted alongside independent assessment by the UK government’s designated authority, known as the National Academic Recognition Information Centre (UK NARIC) or other equivalent NARIC body, of the mapping of their tests to Council of Europe’s CEFR’s proficiency levels. Participants should allow sufficient time from their expression of interest to the bid closing date to obtain this assessment.

The new concession agreements are expected to come into operation on expiry of the current agreements, in the autumn of 2019.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 276 000 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract can be extended on any number of occasions, of up to two (2) years, subject to a minimum extension period of three (3) months, giving a maximum duration of 5 years.

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 authority is not responsible for any bidding costs incurred by participants in respect of this procurement. The authority reserves the right to abandon the competitive process and not award any concession; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements and accept or reject any tender.

Rhif y Lot 3

II.2.1) Teitl

Life in the UK Testing (LitUK)

II.2.2) Cod(au) CPV ychwanegol

72590000

75100000

75130000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

A single procurement is being undertaken for all lots, using the “Open Procedure” under the Public Contracts Regulations 2015. Award will be based on the following:

— Life in the UK Testing (LitUK) A services contract to be awarded under the Public Contracts Regulations 2015.

The LitUK test is designed to test an individual’s knowledge of life in the UK (based on content of “Life in the United Kingdom; a guide for new residents” handbook). The test is taken as part of an application for settlement in the UK or naturalisation as a British citizen.

LitUK is currently a computer based multiple choice test containing 24 questions, taken under secure conditions. The supplier will be responsible for ensuring the availability of a LitUK test developed in collaboration with UKVI;

The scope of the requirement is to provide a service for approximately 170 000 customers per year within the UK, over a maximum 5 years.

The service will include the delivery of tests to a customer approved tester to locations that are not managed by the service provider, including the provision of test question updates, the necessary software, separate administration system and support desk.

General.

These services include but are not limited to:

— the secure/assured provision of facilities for the delivery of tests, ensuring they are delivered safely and securely in terms of both test environment and test result,

— undertaking rigorous analysis and assurance measures to identify risks/issues and reporting these to the home office and

— providing a high level of customer experience to those taking the tests.

The new service contract and concession agreements are expected to come into operation on expiry of the current agreements, in the autumn of 2019.

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 17 000 000.00 GBP

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

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract can be extended on any number of occasions, of up to two (2) years, subject to a minimum extension period of three (3) months, giving a maximum duration of 5 years.

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 authority is not responsible for any bidding costs incurred by participants in respect of this procurement. The authority reserves the right to abandon the competitive process and not award any contract; make any changes it sees as reasonable to the competition; remove and/or amend element(s) from the scope of the requirements and accept or reject any tender.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

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.1.8) 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:

2018/S 154-353331

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

Dyddiad: 08/01/2019

Amser lleol: 13:00

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

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 11/01/2019

Amser lleol: 13:00

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.3) Gwybodaeth ychwanegol

A single procurement is being undertaken for all lots, using the “Open Procedure” under the Public Contracts Regulations 2015. Award will be based on the following:

— Secure English Language Testing (SELT) Concession contracts to be awarded under the Concession Contracts Regulations 2016 and

— Life in the UK Testing (LitUK) A services contract to be awarded under the Public Contracts Regulations 2015.

The process for submission of expressions of interest and requesting further information is set out below.

Please note that participants are required to express an interest separately for this competition regardless of any involvement in previous market engagement activities for this project. Any such involvement does not constitute an expression of interest for the competition advertised in this notice.

The home office uses an eSourcing toolkit to enable its sourcing activities to be conducted over the internet.

The procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link “Register for CCS e-Sourcing”. To register, you must have a valid DUNS number (provided by Dun and Bradstreet) for the organisation being registered and who will be entering into a commercial agreement if invited to do so. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am.

Once registered, organisations wishing to participate in the tender must send an email to: UKVIProcurementTeamSecureTestingServices@homeoffice.gov.uk. The email should be entitled “HO UKVI STS Procurement — Expression of Interest” and contain the following details: your organisation's name, your contact name, e-mail address and telephone number. Any expressions of interest not submitted in the required form (or not containing the requested information) may be rejected. Further information will be available in the procurement documentation.

The authority requires participants to sign a Non-Disclosure Agreement (NDA) in order to be invited to participate in the competition for this project.

On receipt of an email detailed above, the authority will provide access to the NDA through the eSourcing portal, for Participants who have not previously signed an NDA. Further instructions for the completion of the NDA can be obtained once access to the eSourcing portal NDA event is granted by the authority.

Once a correctly signed NDA is received by the authority, Participants will be invited to the Invitation To Tender (ITT) event and will be able to access all of the project documentation.

Participants should note that the authority will be hosting a bidder event on 20.11.2019. The purpose of this event is to explain how the procurement is being managed and facilitate clarification questions from attendees. Important – participants should when submitting an expression of interest in the tender process, confirm whether they will be attending the bidder event and request information about the location/timing of the event. Attendance will be subject to a Non-Disclosure Agreement having been signed.

Outside of the bidder event, participants will be able to ask questions of the authority by submitting a clarification question request. Clarification requests must be submitted no later than 19.12.2018 (15:00 hours, local time) to allow the authority to publish responses within a reasonable period before the ITT closing date.

Any expressions of interest not submitted in the required form (or containing the requested information) may be rejected.

For technical assistance on use of the e-Sourcing Suite contact; Crown Commercial Service Help-desk: Freephone: +44 3450103503 or email: supplier@ccs.gsi.gov.uk.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Not Applicable

Not Applicable

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

15/11/2018

Codio

Categorïau nwyddau

ID Teitl Prif gategori
75130000 Gwasanaethau ategol ar gyfer y llywodraeth Gwasanaethau gweinyddu
75100000 Gwasanaethau gweinyddu Gwasanaethau gweinyddu, amddiffyn a nawdd cymdeithasol
72590000 Gwasanaethau proffesiynol cyfrifiadurol Gwasanaethau cyfrifiadurol
73430000 Profi a gwerthuso Gwasanaethau ymchwil a datblygu ar gyfer deunyddiau diogelwch ac amddiffyn

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:
UKVIProcurementTeamSecureTestingServices@homeoffice.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.