Tender

WAS-OJEU-53190 - WAST HART - Incident Ground Technology 3rd Edition (IGT3)

  • NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

F02: Contract notice

Notice identifier: 2023/S 000-015043

Procurement identifier (OCID): ocds-h6vhtk-03cfaf

Published 26 May 2023, 10:29am



Section one: Contracting authority

one.1) Name and addresses

NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

Alder House, Alder Court

St Asaph

LL17 0JL

Email

gregg.roberts@wales.nhs.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://nwssp.nhs.wales/ourservices/procurement-services/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://etenderwales.bravosolution.co.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

https://etenderwales.bravosolution.co.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

WAS-OJEU-53190 - WAST HART - Incident Ground Technology 3rd Edition (IGT3)

Reference number

WAS-OJEU-53190

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

To ensure that the successful provider can deliver a service that is as streamlined and effective as possible and to ensure that the service provision of WAST HART has the minimal level of disruption through the implementation of IGT3 there will be an expectation that the following criteria can be met.

1.1. Essential

Single provider for all the hardware, software, airtime, installation, ongoing support, and training. No subcontracting of service.

UK based.

24-hour operation to provide support. No subcontracting.

Holds valid Cyber Essentials Plus accreditation.

Access to dual UK-based data centres for secure transmission of data.

Data centres to be Tier 4 listed.

Certificate of conformity from Airbox Systems to confirm that API information can be integrated in the platform (GPS feeds from router and streaming devices can be embedded too).

1.2. The above criteria are required to ensure a seamless provision of service and aftercare service support without having to go through 3rd party providers and incur delays. In addition to the service provision a security aspect must be considered as there will be incidents where HART attendance may generate sensitive information that may fall under specific classification and assurance of security is vital. Dealing with one single provider with no sub-contracting will reduce risk in this area in addition to ensuring the most effective service.

1.3. Desirable

Track record of providing technical support within the UK emergency services.

Further detail of the requirement can be found in the specification.

two.1.5) Estimated total value

Value excluding VAT: £270,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support
  • 32500000 - Telecommunications equipment and supplies
  • 35100000 - Emergency and security equipment
  • 48200000 - Networking, Internet and intranet software package

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

To ensure that the successful provider can deliver a service that is as streamlined and effective as possible and to ensure that the service provision of WAST HART has the minimal level of disruption through the implementation of IGT3 there will be an expectation that the following criteria can be met.

1.1. Essential

Single provider for all the hardware, software, airtime, installation, ongoing support, and training. No subcontracting of service.

UK based.

24-hour operation to provide support. No subcontracting.

Holds valid Cyber Essentials Plus accreditation.

Access to dual UK-based data centres for secure transmission of data.

Data centres to be Tier 4 listed.

Certificate of conformity from Airbox Systems to confirm that API information can be integrated in the platform (GPS feeds from router and streaming devices can be embedded too).

1.2. The above criteria are required to ensure a seamless provision of service and aftercare service support without having to go through 3rd party providers and incur delays. In addition to the service provision a security aspect must be considered as there will be incidents where HART attendance may generate sensitive information that may fall under specific classification and assurance of security is vital. Dealing with one single provider with no sub-contracting will reduce risk in this area in addition to ensuring the most effective service.

1.3. Desirable

Track record of providing technical support within the UK emergency services.

Further detail of the requirement can be found in the specification.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Option to extend for 2 consecutive 12 month periods

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

5 July 2023

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

5 July 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2026

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=131218

(WA Ref:131218)

The buyer considers that this contract is suitable for consortia.

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom