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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £400,000
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
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
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 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-015043
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
30 August 2004
five.2.2) Information about tenders
Number of tenders received: 1
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
EXCELERATE TECHNOLOGY LTD
EXCELERATE TECHNOLOGY LTD, Willow House Pascal Close
CARDIFF
CF30LW
Country
United Kingdom
NUTS code
- UKL22 - Cardiff and Vale of Glamorgan
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £324,395
Section six. Complementary information
six.3) Additional information
(WA Ref:136138)
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