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
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