Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Logistics and Warehousing

  • First published: 21 August 2020
  • Last modified: 21 August 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)
Authority ID:
AA77925
Publication date:
21 August 2020
Deadline date:
16 September 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Logistics transportation services and related logistics services.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

The Capital Building, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3150103503

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://crowncommercialservice.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://crowncommercialservice.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Logistics and Warehousing

Reference number: RM6074

II.1.2) Main CPV code

60100000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) as the authority intends to put in place a Pan Government Collaborative agreement for the provision of Logistics and Warehousing to be utilised by central government departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education, devolved administrations and charities. It is intended that this commercial agreement will be the recommended vehicle for all logistics and warehousing required by UK public sector bodies, which include central government departments and their arm's length bodies and agencies, non-departmental public bodies, NHS bodies, local authorities, health, police, fire and rescue, education, charities and devolved administrations. The duration of the framework agreement is four (4) years with the option to enable customers to let a call-off agreement that may extend beyond the life of the framework agreement.

II.1.5) Estimated total value

Value excluding VAT: 2 500 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Logistics — Transport

II.2.2) Additional CPV code(s)

60000000

60161000

60200000

60400000

60410000

60420000

60600000

63521000

63523000

63524000

64100000

64120000

64121000

64121200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Logistics transportation services and related logistics services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The authority is unable to provide a breakdown of the value per lot.

Lot No: 2

II.2.1) Title

Logistics — Warehousing and Storage

II.2.2) Additional CPV code(s)

39173000

42965100

42998000

42998100

44613300

44613400

44614300

63100000

63110000

63111000

63112000

63120000

63121000

63121100

63121110

63122000

72212720

72212780

92510000

92512100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Logistics — warehousing and storage and related services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The authority is unable to provide a breakdown of the value per lot

Lot No: 3

II.2.1) Title

Waste Logistics, Recycling, Disposal and Destruction

II.2.2) Additional CPV code(s)

24600000

60161000

60200000

60400000

60410000

60420000

63521000

63523000

63524000

64100000

64120000

64121000

64121200

79342400

79342410

90500000

90511000

90512000

90513000

90520000

90521300

90521400

90522200

90523000

90523100

90524000

90524100

90524200

90524400

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Waste logistics, recycling, disposal and destruction and related services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The authority is unable to provide a breakdown of the value per lot.

Lot No: 4

II.2.1) Title

Removals and Relocations

II.2.2) Additional CPV code(s)

44613400

44614300

60000000

60161000

60200000

60400000

60410000

60420000

63120000

63121100

63122000

63521000

63523000

63524000

64100000

64120000

64121000

64121200

79613000

98392000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Removal, relocation and related services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The authority is unable to provide a breakdown of the value per lot.

Lot No: 5

II.2.1) Title

Vehicle, Plant and Industrial Equipment — Transportations and Storage

II.2.2) Additional CPV code(s)

42000000

50118100

50118110

50118200

50118300

50118400

50118500

60000000

60200000

60400000

60410000

60420000

63120000

63121100

63122000

63521000

63522000

63523000

63524000

63726300

63734000

64121000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The transportation and storage of vehicles (including aviation, maritime, military), plant, industrial equipment and related services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The authority is unable to provide a breakdown of the value per lot.

Lot No: 6

II.2.1) Title

Construction Logistics — Transportation and Storage

II.2.2) Additional CPV code(s)

39173000

42965100

42998000

42998100

43300000

44100000

44110000

44111000

44613300

44613400

44614300

45100000

45110000

45213331

45214000

45214200

45214400

45215000

45215100

45216000

45216111

45216112

45216113

45216114

45216121

45216122

45233100

45233110

45233120

45233121

45246100

45246200

45246400

45246410

45246500

45246510

45500000

45510000

45520000

60000000

63100000

63110000

63111000

63120000

63121000

63121100

63121110

63122000

63523000

63524000

64121000

71000000

72212720

72212780

92512100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The transportation, storage and management of construction material and related services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The authority is unable to provide a breakdown of the value per lot.

Lot No: 7

II.2.1) Title

Healthcare Logistics — Transportation and Storage

II.2.2) Additional CPV code(s)

33000000

33141510

33141625

33600000

33620000

33651000

33680000

33698100

33954000

39173000

42965100

42998000

42998100

44613300

44613400

44614300

55521100

55521200

60000000

60161000

60200000

60400000

60410000

60420000

63111000

63120000

63121000

63121100

63121110

63122000

63521000

63523000

63524000

64100000

64120000

64121000

64121200

72212720

72212780

85111800

85111810

85111820

85142400

90520000

90524100

90524200

90524400

92512100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The transportation, storage and management of pharmaceuticals, blood, tissue, biological samples, healthcare materials, medical equipment, clinical waste, dangerous goods and other healthcare related services and items.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The authority is unable to provide a breakdown of the value per lot.

Lot No: 8

II.2.1) Title

Logistics and Warehousing Solutions, Design and Support Services

II.2.2) Additional CPV code(s)

63700000

63710000

63711000

63712000

63720000

63730000

71311200

71356300

72221000

72224000

75130000

79418000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Logistics and warehousing solutions, design, support and related services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The value provided in section II.1.5) is only an estimate. Crown Commercial Service cannot guarantee any business through the framework agreement.

The authority is unable to provide a breakdown of the value per lot.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Candidates will be assessed in accordance with section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2019/S 086-206434

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 16/09/2020

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 18/09/2020

Local time: 15:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/749070b2-336e-41e8-a147-27cc765b64d3

1) contract notice transparency information for the agreement,

2) contract notice authorised customer list,

3) rights reserved for CCS framework.

CCS considers the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply at framework level. We encourage bidders to take their own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract and carry out due diligence accordingly.

On 2 April 2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

CCS reserve the right to award a framework to any bidder whose final score is within 1 % of the last position.

Registering for access:

This procurement will be managed electronically via the BravoSolution eSourcing tool. This will be the route for sharing all information and communicating with potential providers. If you have recently registered on the BravoSolution portal for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.

Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 08000698630.

Expressing an interest:

To express your interest in this procurement:

1) login to the BravoSolution eSourcing Suite portal: https://crowncommercialservice.bravosolution.co.uk

2) on the dashboard select the link ITTs Open to All Suppliers;

3) on the ‘ITTs Open to All Suppliers’ webpage you will see one or more procurements listed, click on the procurement name you wish to access;

4) click on express interest at the top of the next screen;

5) you can now access the published documents in the BravoSolution portal;

For assistance please contact the eSourcing Help-desk operated by BravoSolution by email at help@bravosolution.co.uk or call 08000698630

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3450103503

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.5) Date of dispatch of this notice

17/08/2020

Coding

Commodity categories

ID Title Parent category
60400000 Air transport services Transport services (excl. Waste transport)
45213331 Airport buildings construction work Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45216122 Ambulance station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
92512100 Archive destruction services Archive services
79342400 Auction services Marketing services
85111820 Bacteriological analysis services Hospital services
63112000 Baggage handling services Cargo handling services
72212720 Bar coding software development services Programming services of application software
33954000 Biological evidence collection kits Clinical forensics equipment and supplies
85111810 Blood analysis services Hospital services
33141510 Blood products Disposable non-chemical medical consumables and haematological consumables
45246510 Boardwalk construction work River regulation and flood control works
50118300 Breakdown and recovery services for buses Automobile emergency road services
50118100 Breakdown and recovery services for cars Automobile emergency road services
50118200 Breakdown and recovery services for commercial vehicles Automobile emergency road services
50118400 Breakdown and recovery services for motor vehicles Automobile emergency road services
50118500 Breakdown and recovery services for motorcycles Automobile emergency road services
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
44111000 Building materials Construction materials
72221000 Business analysis consultancy services Systems and technical consultancy services
63100000 Cargo handling and storage services Supporting and auxiliary transport services; travel agencies services
63110000 Cargo handling services Cargo handling and storage services
90524100 Clinical-waste collection services Medical waste services
90524200 Clinical-waste disposal services Medical waste services
90524400 Collection, transport and disposal of hospital waste Medical waste services
43300000 Construction machinery and equipment Machinery for mining, quarrying, construction equipment
44110000 Construction materials Construction materials and associated items
44100000 Construction materials and associated items Construction structures and materials; auxiliary products to construction (except electric apparatus
45214000 Construction work for buildings relating to education and research Building construction work
45215100 Construction work for buildings relating to health Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215000 Construction work for buildings relating to health and social services, for crematoriums and public conveniences Building construction work
45216000 Construction work for buildings relating to law and order or emergency services and for military buildings Defence and security
45233100 Construction work for highways, roads Construction, foundation and surface works for highways, roads
45214200 Construction work for school buildings Construction work for buildings relating to education and research
45214400 Construction work for university buildings Construction work for buildings relating to education and research
63111000 Container handling services Cargo handling services
44614300 Container storage system Casks
64120000 Courier services Post and courier services
45216112 Court building construction work Construction work for buildings relating to law and order or emergency services and for military buildings
33141625 Diagnostic kits Disposable non-chemical medical consumables and haematological consumables
90522200 Disposal of contaminated soil Services relating to contaminated soil
90521300 Disposal of radioactive waste Radioactive waste treatment services
79342410 Electronic auction services Marketing services
79613000 Employee relocation services Placement services of personnel
24600000 Explosives Chemical products
45216121 Fire station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
45246410 Flood-defences maintenance works River regulation and flood control works
45246400 Flood-prevention works River regulation and flood control works
63521000 Freight transport agency services Transport agency services
63121110 Gas storage services Storage and retrieval services
33651000 General anti-infectives for systemic use and vaccines General anti-infectives for systemic use, vaccines, antineoplastic and immunodulating agents
63734000 Hangar services Support services for air transport
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
45510000 Hire of cranes with operator Hire of construction and civil engineering machinery and equipment with operator
45520000 Hire of earthmoving equipment with operator Hire of construction and civil engineering machinery and equipment with operator
85142400 Home delivery of incontinence products Paramedical services
42000000 Industrial machinery Technology and Equipment
92510000 Library and archive services Library, archives, museums and other cultural services
45233121 Main road construction works Construction, foundation and surface works for highways, roads
55521200 Meal delivery service Catering services for private households
55521100 Meals-on-wheels services Catering services for private households
33000000 Medical equipments, pharmaceuticals and personal care products Materials and Products
90524000 Medical waste services Radioactive-, toxic-, medical- and hazardous waste services
33620000 Medicinal products for the blood, blood-forming organs and the cardiovascular system Pharmaceutical products
33698100 Microbiological cultures Clinical products
45233110 Motorway construction works Construction, foundation and surface works for highways, roads
64121000 Multi-modal courier services Courier services
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
60420000 Non-scheduled air transport services Air transport services
42998000 Pallet-picking system Miscellaneous special-purpose machinery
42998100 Pallet-retrieving system Pallet-picking system
64121200 Parcel delivery services Multi-modal courier services
60161000 Parcel transport services Mail transport by road
45216114 Parliament and public assembly buildings Construction work for buildings relating to law and order or emergency services and for military buildings
85111800 Pathology services Hospital services
33680000 Pharmaceutical articles Pharmaceutical products
33600000 Pharmaceutical products Medical equipments, pharmaceuticals and personal care products
45216111 Police station construction work Construction work for buildings relating to law and order or emergency services and for military buildings
63523000 Port and forwarding agency services Transport agency services
64100000 Post and courier services Postal and telecommunications services
45216113 Prison building construction work Construction work for buildings relating to law and order or emergency services and for military buildings
79418000 Procurement consultancy services Business and management consultancy services
72224000 Project management consultancy services Systems and technical consultancy services
45246500 Promenade construction work River regulation and flood control works
90520000 Radioactive-, toxic-, medical- and hazardous waste services Refuse and waste related services
60200000 Railway transport services Transport services (excl. Waste transport)
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90511000 Refuse collection services Refuse disposal and treatment
90512000 Refuse transport services Refuse disposal and treatment
98392000 Relocation services Other services
45246200 Riverbank protection works River regulation and flood control works
45246100 River-wall construction River regulation and flood control works
45233120 Road construction works Construction, foundation and surface works for highways, roads
60100000 Road transport services Transport services (excl. Waste transport)
60410000 Scheduled air transport services Air transport services
63522000 Ship brokerage services Transport agency services
45100000 Site preparation work Construction work
44613300 Standard freight containers Large containers
63121000 Storage and retrieval services Storage and warehousing services
63120000 Storage and warehousing services Cargo handling and storage services
44613400 Storage containers Large containers
63121100 Storage services Storage and retrieval services
39173000 Storage units Shop furniture
63730000 Support services for air transport Support services for land, water and air transport
63710000 Support services for land transport Support services for land, water and air transport
63700000 Support services for land, water and air transport Supporting and auxiliary transport services; travel agencies services
63711000 Support services for railway transport Support services for land transport
63712000 Support services for road transport Support services for land transport
63720000 Support services for water transport Support services for land, water and air transport
75130000 Supporting services for the government Administration services
72212780 System, storage and content management software development services Programming services of application software
71356300 Technical support services Technical services
90523000 Toxic waste disposal services except radioactive waste and contaminated soil Radioactive-, toxic-, medical- and hazardous waste services
63524000 Transport document preparation services Transport agency services
90521400 Transport of radioactive waste Radioactive waste treatment services
60000000 Transport services (excl. Waste transport) Transport and Related Services
71311200 Transport systems consultancy services Civil engineering consultancy services
50118110 Vehicle towing-away services Automobile emergency road services
63726300 Vessel storage services Miscellaneous water transport support services
42965100 Warehouse management system Information-processing equipment
63122000 Warehousing services Storage and warehousing services
60600000 Water transport services Transport services (excl. Waste transport)
90523100 Weapons and ammunition disposal services Toxic waste disposal services except radioactive waste and contaminated soil

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.