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

Eastern Region- Reactive and Small Schemes Framework

  • Cyhoeddwyd gyntaf: 24 Tachwedd 2023
  • Wedi'i addasu ddiwethaf: 24 Tachwedd 2023

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:
ocds-h6vhtk-041c1e
Cyhoeddwyd gan:
Network Rail Infrastructure Ltd
ID Awudurdod:
AA73642
Dyddiad cyhoeddi:
24 Tachwedd 2023
Dyddiad Cau:
15 Ionawr 2024
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The types of works to be delivered are for Civil assets; these will fall into the following categories:

- Reactive call outs (Emergency and Urgent)

- Planned Preventative Maintenance works (PPM)

- Small schemes

Examples of the types of works to be delivered for each category will include but not limited to:

o Reactive Call outs (Emergency and Urgent)

- Flood response, debris removal, desilting and over pumping, drainage clearance

- Bridge strike response, parapet repairs, fall arrest

- Monitoring/rectifying earthwork movement, landslips, vegetation management

- Urgent concrete/brickwork repairs, footbridge reinstatement

o Planned and Preventative Maintenance

- Concrete/brickwork repairs to walls, bridges, tunnels and culverts

- Bridge maintenance/repair – concrete, timber, masonry, steelwork

- Earthwork maintenance, light rock scaling, vermin and vegetation management

- Ditch installation and clearance, culvert lining, jetting/CCTV

o Small Schemes

- Non-complex structures renewals

- Non-complex earthwork renewals

- Significant campaign works across a high number of locations

- such as installation of fall prevention across multiple routes

Testun llawn y rhybydd

Hysbysiad contract - cyfleustodau

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Network Rail Infrastructure Ltd

Waterloo General Offices

London

SE1 8SW

UK

Person cyswllt: Shem Madziba

Ffôn: +44 1908781000

E-bost: Shemunatsi.Madziba@networkrail.co.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.networkrail.co.uk/

Cyfeiriad proffil y prynwr: https://www.networkrail.co.uk/

I.3) Cyfathrebu

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

https://www.networkrail.bravosolution.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://www.networkrail.bravosolution.co.uk


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://www.networkrail.bravosolution.co.uk


I.6) Prif weithgaredd

Gwasanaethau rheilffyrdd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Eastern Region- Reactive and Small Schemes Framework

II.1.2) Prif god CPV

45000000

 

II.1.3) Y math o gontract

Gwaith

II.1.4) Disgrifiad byr

Network Rail intends to procure a framework for Reactive and Small Scheme works covering its building and civil assets within the Eastern Region. The types of works to be procured under the framework will be reactive works and small schemes that are of low complexity. Such works predominately impact the operation of the railway and will cover the following categories of works:

Reactive call outs (Emergency & Urgent)

Planned Preventative Maintenance works (PPM)

Small schemes

The Reactive and Small Schemes framework is envisaged to be the Eastern Region’s route to market to deliver such projects and requirements under NR’s Strategic Business Plan during CP7.

The framework will be lotted as outlined below covering the geographical scope of the Eastern Region (https://www.networkrail.co.uk/running-the-railway/our-regions/eastern/):

Lot 1 - Civil Assets (Covering North & East, East Coast and East Midlands Routes)

Lot 2 – Civil Assets (Covering Anglia Route)

Lot 3 – Building Assets (Covering North & East, East Coast and East Midlands Routes)

Lot 4 – Building Assets (Covering Anglia Route)

To ensure supply chain resilience NR will retain the flexibility to allow Suppliers to work across Lots but only restricted to their specific discipline. This will only apply in instances where it has been deemed by NR that Suppliers within the relevant Lot under the same discipline cannot fulfil Network Rail’s requirement(s).

The initial term of the framework is 5 years with the option to extend for a further two periods of one year each.

The indicative values provided for each of the Lots are estimates only, these are based on CP7 Strategic Business Plan budgets rather than delivery plan values. As such, they are not guaranteed and do not act as a minimum or maximum workbank value for the control period or a volume guarantee.

The maximum value of the framework exceeds the combined value of the lots, this is so as the value is inclusive of the estimated values of optional extensions for the framework.

Examples of work types to be covered and delivered under the scope of the framework include (but are not limited to):

o Geotechnical - small scheme emerging works (from reactive), Maintain KVLs

o Maintenance of foot bridges, under bridges, overbridges, tunnels, culverts, structural integrity

o Rock cuttings, soil cuttings, earthworks first response etc

o Buildings – small scheme emerging works (from reactive)

o Structures – small scheme emerging works (from reactive), Structural integrity

Negotiations to be conducted as part of the tender process will relate to the price element only. Participants will have an opportunity to update the pricing elements of their tenders following negotiations. Initial Tenders will be evaluated but feedback will not be shared with participants. Only feedback on Final Tenders will be shared following completion of evaluation of the tenders.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 1 146 851 865.05 GBP

II.1.6) Gwybodaeth am lotiau

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

Gellir cyflwyno tendrau ar gyfer uchafswm nifer o 4 lotiau

Uchafswm y lotiau y gellir eu dyfarnu i un tendrwr: 2

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

Refer to the Instructions to Participants document issued as part of the tender.

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Lot 1 - Civil Assets (North & East, East Coast & East Midlands)

II.2.2) Cod(au) CPV ychwanegol

45100000

45200000

45213321

45221112

45221220

45233161

45233253

71332000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

NR Eastern Region, North & East, East Coast & East Midlands routes

II.2.4) Disgrifiad o’r caffaeliad

The types of works to be delivered are for Civil assets; these will fall into the following categories:

- Reactive call outs (Emergency and Urgent)

- Planned Preventative Maintenance works (PPM)

- Small schemes

Examples of the types of works to be delivered for each category will include but not limited to:

o Reactive Call outs (Emergency and Urgent)

- Flood response, debris removal, desilting and over pumping, drainage clearance

- Bridge strike response, parapet repairs, fall arrest

- Monitoring/rectifying earthwork movement, landslips, vegetation management

- Urgent concrete/brickwork repairs, footbridge reinstatement

o Planned and Preventative Maintenance

- Concrete/brickwork repairs to walls, bridges, tunnels and culverts

- Bridge maintenance/repair – concrete, timber, masonry, steelwork

- Earthwork maintenance, light rock scaling, vermin and vegetation management

- Ditch installation and clearance, culvert lining, jetting/CCTV

o Small Schemes

- Non-complex structures renewals

- Non-complex earthwork renewals

- Significant campaign works across a high number of locations

- such as installation of fall prevention across multiple routes

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: 372 094 062.12 GBP

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

Hyd mewn misoedd: 84

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 initial term of the framework is 5 years with the option to extend for a further two periods of one year each.

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 lot value provided is for guidance only and is based on the projected spend for the framework duration and is inclusive estimated uplifts.

Rhif y Lot 2

II.2.1) Teitl

Lot 2 - Civil Assets (Anglia)

II.2.2) Cod(au) CPV ychwanegol

45100000

45200000

45213321

45221112

45221220

45233161

45233253

71332000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

NR Eastern Region, Anglia route.

II.2.4) Disgrifiad o’r caffaeliad

The types of works to be delivered are for Civil assets; these will fall into the following categories:

- Reactive call outs (Emergency and Urgent)

- Planned Preventative Maintenance works (PPM)

- Small schemes

Examples of the types of works to be delivered for each category will include but not limited to:

o Reactive Call outs (Emergency and Urgent)

- Flood response, debris removal, desilting and over pumping, drainage clearance

- Bridge strike response, parapet repairs, fall arrest

- Monitoring/rectifying earthwork movement, landslips, vegetation management

- Urgent concrete/brickwork repairs, footbridge reinstatement

o Planned and Preventative Maintenance

- Concrete/brickwork repairs to walls, bridges, tunnels and culverts

- Bridge maintenance/repair – concrete, timber, masonry, steelwork

- Earthwork maintenance, light rock scaling, vermin and vegetation management

- Ditch installation and clearance, culvert lining, jetting/CCTV

o Small Schemes

- Non-complex structures renewals

- Non-complex earthwork renewals

- Significant campaign works across a high number of locations

- such as installation of fall prevention across multiple routes

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: 102 283 946.24 GBP

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

Hyd mewn misoedd: 84

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 initial term of the framework is 5 years with the option to extend for a further two periods of one year each.

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 lot value provided is for guidance only and is based on the projected spend for the framework duration and is inclusive estimated uplifts.

Rhif y Lot 3

II.2.1) Teitl

Lot 3 - Buildings (North & East, East Coast and East Midlands)

II.2.2) Cod(au) CPV ychwanegol

45210000

45213300

45213321

45300000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

Eastern Region, North & East, East Coast and East Midlands.

II.2.4) Disgrifiad o’r caffaeliad

The types of works to be delivered are for Building assets; these will fall into the following categories:

- Reactive call outs (Emergency and Urgent)

- Planned Preventative Maintenance works (PPM)

- Small schemes

Examples of the types of works to be delivered for each category will include but not limited to:

o Reactive Call outs (Emergency and Urgent)

- Roof repairs, collapsed drainage, Water supply issues

- Platform repairs, Building repairs

- Canopy repairs, Lineside building repairs

- Footbridge repairs, Car park repairs

- Vehicle mitigation repairs, Fencing repairs

o Planned and Preventative Maintenance

- Fall arrest PPM

- Canopy gutters and Gulley PPM,

- Visual inspections of lineside buildings

- Actions arising from Legionella risk assessments

- Chemical services

- Asbestos inspections and removal

o Small Schemes

- Refurbishment of working at height systems, access walkways and fall restraint systems

- Platform refurbishment, both timber and non-timber systems

- Surface repairs to platforms, car parks and walkways

- Concrete and brick repairs to platforms, buildings and walls.

- Structural repairs to footbridges, platforms, buildings

- Fuel and water tank renewals

- Canopy Renewals and structural repairs.

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: 198 636 574.50 GBP

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

Hyd mewn misoedd: 84

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 initial term of the framework is 5 years with the option to extend for a further two periods of one year each.

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 lot value provided is for guidance only and is based on the projected spend for the framework duration and is inclusive estimated uplifts.

Rhif y Lot 4

II.2.1) Teitl

Lot 4 - Buildings (Anglia)

II.2.2) Cod(au) CPV ychwanegol

45210000

45213300

45213321

45300000

II.2.3) Man cyflawni

Cod NUTS:

UK


Prif safle neu fan cyflawni:

NR Eastern Region, Anglia route

II.2.4) Disgrifiad o’r caffaeliad

The types of works to be delivered are for Building assets; these will fall into the following categories:

- Reactive call outs (Emergency and Urgent)

- Planned Preventative Maintenance works (PPM)

- Small schemes

Examples of the types of works to be delivered for each category will include but not limited to:

o Reactive Call outs (Emergency and Urgent)

- Roof repairs, collapsed drainage, Water supply issues

- Platform repairs, Building repairs

- Canopy repairs, Lineside building repairs

- Footbridge repairs, Car park repairs

- Vehicle mitigation repairs, Fencing repairs

o Planned and Preventative Maintenance

- Fall arrest PPM

- Canopy gutters and Gulley PPM,

- Visual inspections of lineside buildings

- Actions arising from Legionella risk assessments

- Chemical services

- Asbestos inspections and removal

o Small Schemes

- Refurbishment of working at height systems, access walkways and fall restraint systems

- Platform refurbishment, both timber and non-timber systems

- Surface repairs to platforms, car parks and walkways

- Concrete and brick repairs to platforms, buildings and walls.

- Structural repairs to footbridges, platforms, buildings

- Fuel and water tank renewals

- Canopy Renewals and structural repairs.

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: 95 972 463.60 GBP

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

Hyd mewn misoedd: 84

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 initial term of the framework is 5 years with the option to extend for further two periods of one year each.

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 lot value provided is for guidance only and is based on the projected spend for the framework duration and is inclusive estimated uplifts.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

Successful tenderers shall hold a Network Rail Principle Contractors Licence(PCL) in order to provide works pursuant to the framework. Applicants that do not hold a PCL must submit an application for one in order to be successful in this procurement. Further information is set out in the Instructions to Participants.

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

negodi gyda galwad am gystadleuaeth

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

The procurement involves the establishment of a framework agreement with several operators.

Uchafswm nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith: 16

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

Dyddiad: 15/01/2024

Amser lleol: 12:00

IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd

Dyddiad: 02/02/2024

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

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Derbynnir anfonebau electronig

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court of England and Wales Royal Courts of Justice

Strand

London

WC1A 2LL

UK

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

High Court of England and Wales Royal Courts of Justice

Strand

London

WC1A 2LL

UK

VI.4.3) Gweithdrefn adolygu

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

NR will observe a standstill period following award of the NR Eastern Region Reactive and Small Schemes Framework. NR shall conduct itself in accordance with the Utilities Contracts Regulations 2016 in respect of any appeals.

Network Rail expressly reserves the right:

(i) not to award or enter into any contract as a result of the procurement process commenced by the publication of this notice;

(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;

(iii) to award one or more public contract(s) in relation to part only of the requirements covered by this notice; and/or

(iv) to award a contract(s) in stages.

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

22/11/2023

Codio

Categorïau nwyddau

ID Teitl Prif gategori
45213300 Adeiladau sy’n gysylltiedig â thrafnidiaeth Gwaith adeiladu ar gyfer adeiladau masnachol, warysau ac adeiladau diwydiannol, adeiladau sy’n gysylltiedig â thrafnidiaeth
45221220 Ceuffosydd Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd
45000000 Gwaith adeiladu Adeiladu ac Eiddo Tiriog
45210000 Gwaith adeiladu adeiladau Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil
45213321 Gwaith adeiladu gorsafoedd trenau Gwaith adeiladu ar gyfer adeiladau masnachol, warysau ac adeiladau diwydiannol, adeiladau sy’n gysylltiedig â thrafnidiaeth
45233161 Gwaith adeiladu llwybrau troed Gwasanaethau sy’n gysylltiedig ag adeiladu
45221112 Gwaith adeiladu pontydd rheilffordd Gwaith adeiladu ar gyfer pontydd a thwneli, siafftiau ac isffyrdd
45200000 Gwaith ar gyfer gwaith adeiladau cyflawn neu rannol a gwaith peirianneg sifil Gwaith adeiladu
45233253 Gwaith ar yr wyneb ar gyfer llwybrau troed Gwasanaethau sy’n gysylltiedig ag adeiladu
45300000 Gwaith gosod ar gyfer adeiladau Gwaith adeiladu
45100000 Gwaith paratoi safleoedd Gwaith adeiladu
71332000 Gwasanaethau peirianneg geotechnegol Gwasanaethau peirianneg amrywiol

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:
Shemunatsi.Madziba@networkrail.co.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.