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

National Microbiology Framework

  • Cyhoeddwyd gyntaf: 06 Tachwedd 2020
  • Wedi'i addasu ddiwethaf: 06 Tachwedd 2020

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:
Public Health England
ID Awudurdod:
AA20283
Dyddiad cyhoeddi:
06 Tachwedd 2020
Dyddiad Cau:
04 Rhagfyr 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Lot 1 is for the supply of in-vitro diagnostic medical devices and associated services including equipment, consumables, maintenance, and peripheral equipment and associated services. All goods supplied must comply with the European Directive 98/79/EC on In Vitro Diagnostic Medical Devices (IVDMD) (1998) or Regulation (EU) 2017/746 (IVDR) as applicable. All reagents and consumables must be marked in accordance with current CE regulations (or, once superseded, the UKCA mark).

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Public Health England

61 Colindale Avenue

Colindale

NW9 5EQ

UK

Person cyswllt: Nilesh Pattani

E-bost: srm.scientific@phe.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.gov.uk/government/organisations/public-health-england

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://phe.bravosolution.co.uk/web/login.shtml


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://phe.bravosolution.co.uk/web/login.shtml


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


I.4) Y math o awdurdod contractio

Asiantaeth/swyddfa genedlaethol neu ffederal

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

National Microbiology Framework

II.1.2) Prif god CPV

33000000

 

II.1.3) Y math o gontract

Cyflenwadau

II.1.4) Disgrifiad byr

The Secretary of State for Health and Social Care acting through Public Health England (PHE) is seeking to appoint suppliers to a multi-lot national microbiology framework agreement. The framework agreement relates to the supply of diagnostics goods for the qualitative/quantitative examination of specimens/samples and the development or manufacturing of assays/kits/medication and related services. It also relates to the supply of diagnostics services for the qualitative/quantitative examination of specimens/samples or the development or manufacturing of assays/kits/medication. The framework also covers clinical laboratory diagnostic testing services.

The term of the framework will be for an initial 2 years with options to extend by up to a further 2 years.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 22 000 000 000.00 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

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Diagnostic Goods and Services

II.2.2) Cod(au) CPV ychwanegol

33000000

33100000

33600000

38430000

38431000

38433100

38434000

38434500

38434510

38434520

38434540

38434550

38434570

38434580

50400000

50410000

50411000

50412000

50413000

50433000

71900000

85111800

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 1 is for the supply of in-vitro diagnostic medical devices and associated services including equipment, consumables, maintenance, and peripheral equipment and associated services. All goods supplied must comply with the European Directive 98/79/EC on In Vitro Diagnostic Medical Devices (IVDMD) (1998) or Regulation (EU) 2017/746 (IVDR) as applicable. All reagents and consumables must be marked in accordance with current CE regulations (or, once superseded, the UKCA mark).

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: 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: Ydy

Disgrifiad o’r opsiynau:

The framework agreement will be for an initial period of 24 months with options exercisable by the Authority under the framework agreement to extend the duration in increments by up to a maximum of 24 months. Therefore, the total maximum duration of the framework agreement is 48 months.

The authority will also have the option to purchase new and/or updated goods and/or services which the supplier proposes should be added to its range as described in section VI.3) below.

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 value attributed to each lot is an approximate estimate only. As indicated in section VI.3). of this notice, the actual values will be to such level as those purchasing under the framework agreement consider necessary to provide suitable requirements.

Rhif y Lot 2

II.2.1) Teitl

Research and Development Goods and Services

II.2.2) Cod(au) CPV ychwanegol

33000000

33100000

33600000

38430000

38433100

38434500

38434510

38434520

38434540

38434550

38434570

38434580

50410000

50411000

50412000

50413000

50430000

71900000

73111000

85111800

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 2 consists of goods and services mainly for research and development, experimentation and study. The supplies may form a part of the whole diagnostic product life cycle. Products and services do not need to be CE marked (or, once superseded, UKCA marked) as they are under development and primarily used for research and development.

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: 1 500 000 000.00 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: Ydy

Disgrifiad o’r opsiynau:

The framework agreement will be for an initial period of 24 months with options exercisable by the authority under the framework agreement to extend the duration in increments by up to a maximum of 24 months. Therefore, the total maximum duration of the framework agreement is 48 months.

The authority will also have the option to purchase new and/or updated goods and/or services which the supplier proposes should be added to its range as described in section VI.3) below.

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 value attributed to each lot is an approximate estimate only. As indicated in section VI.3) of this notice, the actual values will be to such level as those purchasing under the framework agreement consider necessary to provide suitable requirements.

Rhif y Lot 3

II.2.1) Teitl

Manufacturing, Product Development and Commercialisation

II.2.2) Cod(au) CPV ychwanegol

33000000

33124100

33124110

38540000

38950000

38970000

71900000

72244000

73100000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 3 is for the manufacture of diagnostic and/or therapeutic products for the purpose of research, experimentation, study, development or to establish commercial viability or to recover research and development costs. Manufacturers must adhere to the relevant regulations for example for in vitro medical devices/medical devices, the current IVDD/MDD respectively and from May 2022 the new IVDR or from May 2021 the new MDR.

The supplier may be required to discount or agree preferential terms for the products sold on the open market where the authority has given input into the development and validation of the product, including the sharing or use of the authority’s intellectual property.

The supplier may be required to supply products, materials and other services related to the sale and/or distribution of the manufactured products. There may also be other commercial exploitation arrangements, which may include the licensing of the authority’s intellectual property in return for a license fee.

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: 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: Ydy

Disgrifiad o’r opsiynau:

The framework agreement will be for an initial period of 24 months with options exercisable by the authority under the framework agreement to extend the duration in increments by up to a maximum of 24 months. Therefore, the total maximum duration of the framework agreement is 48 months.

The authority will also have the option to purchase new and/or updated goods and/or services which the supplier proposes should be added to its range as described in section VI.3) below.

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 value attributed to each Lot is an approximate estimate only. As indicated in section VI.3). of this notice, the actual values will be to such level as those purchasing under the framework agreement consider necessary to provide suitable requirements.

Rhif y Lot 4

II.2.1) Teitl

Clinical Laboratory Diagnostic Testing Services

II.2.2) Cod(au) CPV ychwanegol

33000000

64120000

71900000

73111000

85111800

85145000

85148000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 4 is to provide access to a range of clinical laboratory diagnostic testing services. The exact specification for each requirement will be detailed in the call-off order form. The volumes of services contracted via this lot are expected to be scalable to meet evolving demand over time taking account of long term and short term (surge) requirements, combined with small-scale or large-scale service provisions being sought.

Lot 4 is intended to enable access to clinical laboratory diagnostic testing services using extant techniques and allow for the addition of new techniques or existing techniques utilised in a new manner in the future.

The aim for this lot is to ensure that there is consistent and affordable provision of high quality, safe and compliant testing services which should be delivered efficiently and effectively to support wider clinical services.

With regards to the clinical laboratory diagnostic testing services to be offered through the framework the authority is seeking suppliers that can undertake the following types of testing:

— molecular biology; and

— microbiology including:

• Bacteriology;

• Virology; and

• Serology.

Suppliers will also be expected to provide all necessary supporting services including but not limited to the receipting of samples, storage, accessioning, laboratory informatics and clinical waste disposal. Where necessary it is also envisaged that suppliers may be required to provide their own sample kits and logistical services.

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: 15 000 000 000.00 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: Ydy

Disgrifiad o’r opsiynau:

The framework agreement will be for an initial period of 24 months with options exercisable by the authority under the framework agreement to extend the duration in increments by up to a maximum of 24 months. Therefore, the total maximum duration of the framework agreement is 48 months.

The authority will also have the option to purchase new and/or updated goods and/or services which the supplier proposes should be added to its range as described in section VI.3) below.

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 value attributed to each lot is an approximate estimate only. As indicated in section VI.3) of this notice, the actual values will be to such level as those purchasing under the framework agreement consider necessary to provide suitable requirements.

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

III.2.2) Amodau perfformiad contractau

If it is considered appropriate by the authority, an indemnity, guarantee, bond or other form of appropriate security may be required.

The authority reserves the right to require groupings of economic operators to take a particular legal form or to require a single economic operator to take primary liability for a contract to be performed by a group of economic operators or to require each party to undertake joint and several liability in respect of the entire contract irrespective of the form the grouping takes.

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.

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 108-263375

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

Dyddiad: 04/12/2020

Amser lleol: 14:00

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: 04/12/2020

Amser lleol: 14:00

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

The framework is intended to be accessed by:

Public Health England;

Department of Health and Social Care;

Public Health Wales;

Public Health Scotland;

Department for Health for Northern Ireland;

Health and Social Care Northern Ireland;

NHS Authorities, NHS Trusts, NHS Foundation Trusts, Special Health Authorities, NHS Scotland Health Boards, NHS Wales Health Boards, NHS Northern Ireland Health Boards, Special NHS Boards and any other NHS entity;

Local Authorities;

Any other bodies governed by public law (as defined in regulation 2 of the Public Contracts Regulations 2015 (SI 2015/102) (as amended); and

Academic or charitable institutions (including any such institutions that are not Contracting Authorities).

Examples of such bodies can be found at the following links (as of date of publication):

https://www.gov.uk/government/organisations/charity-commission

https://www.nhs.uk/servicedirectories/pages/nhstrustlisting.aspx

The framework value is an approximate estimate only. The actual values will be to such level as those purchasing under the framework agreement consider necessary to provide suitable requirements. PHE works with DHSC and the NHS in its role as a national and international emergency responder to current and emerging threats to public health. As demonstrated by the Covid-19 pandemic, the exact nature, timing and escalation of such threats (and the corresponding required responses) can be difficult to foresee, making any exercise in future value estimation unpredictable.

The scope of this framework agreement covers goods and services that are subject to rapid and frequent improvements, advancements and new scientific and technical developments. Therefore, to keep this framework agreement in line with the latest market and scientific developments so as to ensure that patients and other end users have ongoing access to state of the art diagnostics for the duration of this framework agreement successful suppliers will be able to propose new and/or updated goods and/or services to be added to a supplier’s range under the framework agreement if one or more of the following circumstances apply:

• where the proposed updated goods or services fall within the general scope of this procurement as set out as part of this OJEU contract notice (i.e. fall within an existing main or supplementary CPV code as may be referred to in this contract notice and/or the description sections of this Contract Notice);

• where the proposed new goods or services fall within the broad categories of goods or services covered by this framework agreement (i.e. fall within an existing main or supplementary CPV code as may be referred to in this contract notice and/or the broad categories of goods and/or services referred to in any of the description sections of this contract notice), but are new to the market. For the avoidance of doubt, for the purposes of any testing services, this will allow suppliers to offer new types of tests, new test kits, related new equipment/products, related new consumables and related new services as and when they become available during the duration of the framework agreement provided they fall within an existing main or supplementary CPV code as may be referred to in this contract notice and/or the broad categories of goods and/or services referred to in any of the description sections of this contract notice);

• where the proposed new or updated goods or services reflect a product or service line extension (i.e. are new, modified or updated products or services in the same category of goods or services already supplied by a supplier under this framework agreement); or

• where the proposed new or updated goods or services reflect a range extension (i.e. are new, modified or updated products or services that reflect an expansion of the supplier’s range in the same category of goods or services already supplied by a supplier under this framework agreement).

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Public Health England

61 Colindale Avenue

Colindale

NW9 5EQ

UK

VI.4.3) Gweithdrefn adolygu

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

The authority will allow a standstill period at the point the decision regarding the award of the framework is communicated to tenderers. The standstill period shall be in accordance with Regulation 87 of the Public Contracts Regulations 2015 (as amended). Chapter 6 of the Regulations provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take legal action. Any such action must be started in the High Court within the applicable limitation period set out in Chapter 6. The purpose of the standstill period referred to above is to allow aggrieved parties to apply to the Courts to set aside the award decision before the framework is entered into.

VI.5) Dyddiad anfon yr hysbysiad hwn

02/11/2020

Codio

Categorïau nwyddau

ID Teitl Prif gategori
38950000 Cyfarpar adwaith cadwynol polymerasau (PCR) Offerynnau gwerthuso neu brofi amrywiol
38434540 Cyfarpar biofeddygol Dadansoddyddion
38431000 Cyfarpar canfod Cyfarpar canfod a dadansoddi
38430000 Cyfarpar canfod a dadansoddi Offerynnau ar gyfer cadarnhau nodweddion corfforol
33100000 Cyfarpar meddygol Cyfarpar meddygol, deunydd fferyllol a chynhyrchion gofal personol
33000000 Cyfarpar meddygol, deunydd fferyllol a chynhyrchion gofal personol Deunyddiau a Chynhyrchion
33600000 Cynhyrchion fferyllol Cyfarpar meddygol, deunydd fferyllol a chynhyrchion gofal personol
38434000 Dadansoddyddion Cyfarpar canfod a dadansoddi
38434500 Dadansoddyddion biocemegol Dadansoddyddion
38434520 Dadansoddyddion gwaed Dadansoddyddion
38434570 Dadansoddyddion haematoleg Dadansoddyddion
38434580 Dadansoddyddion imiwno-adnabod Dadansoddyddion
33124100 Dyfeisiau diagnostig Dyfeisiau a chyflenwadau diagnosteg a radiodiagnosteg
38970000 Efelychydd technegol ymchwil, profi a gwyddonol Offerynnau gwerthuso neu brofi amrywiol
85145000 Gwasanaethau a ddarperir gan labordai meddygol Gwasanaethau iechyd amrywiol
50413000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar gwirio Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur, profi a gwirio
50400000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar meddygol a thrachywir Gwasanaethau atgyweirio a chynnal a chadw
50411000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur, profi a gwirio
50410000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur, profi a gwirio Gwasanaethau atgyweirio a chynnal a chadw cyfarpar meddygol a thrachywir
50412000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar profi Gwasanaethau atgyweirio a chynnal a chadw cyfarpar mesur, profi a gwirio
50430000 Gwasanaethau atgyweirio a chynnal a chadw cyfarpar trachywir Gwasanaethau atgyweirio a chynnal a chadw cyfarpar meddygol a thrachywir
50433000 Gwasanaethau calibro Gwasanaethau atgyweirio a chynnal a chadw cyfarpar trachywir
85148000 Gwasanaethau dadansoddi meddygol Gwasanaethau iechyd amrywiol
73100000 Gwasanaethau datblygu ymchwil a datblygu arbrofol Gwasanaethau ymchwil a datblygu a gwasanaethau ymgynghori cysylltiedig
71900000 Gwasanaethau labordy Gwasanaethau pensaernïol, adeiladu, peirianneg ac archwilio
73111000 Gwasanaethau labordy ymchwil Gwasanaethau ymchwil
64120000 Gwasanaethau negesydd Gwasanaethau post a negesydd
85111800 Gwasanaethau patholeg Gwasanaethau ysbyty
72244000 Gwasanaethau prototeipio Gwasanaethau dadansoddi a rhaglenni systemau
38540000 Peiriannau a chyfarpar ar gyfer profi a mesur Cyfarpar gwirio a phrofi
38434550 Rhifyddion celloedd gwaed Dadansoddyddion
38433100 Sbectomedr màs Sbectromedrau
33124110 Systemau diagnostig Dyfeisiau a chyflenwadau diagnosteg a radiodiagnosteg
38434510 Sytomedrau Dadansoddyddion

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:
srm.scientific@phe.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.