Hysbysiad contract
Adran I: 
        Endid 
       contractio 
I.1) Enw a chyfeiriad
  Essex Police, Fire and Crime Commissioner Fire and Rescue Authority
  Service Headquarters Kelvedon Park, London Road
  Rivenhall
  CM8 3HB
  UK
  
            Person cyswllt: Sarah Smith
  
            Ffôn: +44 1376576000
  
            E-bost: contracts@essex-fire.gov.uk
  
            NUTS: UKH3
  Cyfeiriad(au) rhyngrwyd
  
              Prif gyfeiriad: https://www.essex-fire.gov.uk
  
              Cyfeiriad proffil y prynwr: https://www.essex-fire.gov.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.delta-esourcing.com/tenders/UK-UK-Rivenhall:-Communications-network./YPMKC7Y2RW
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
            Arall: Emergency Services
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
  II.1.1) Teitl
  Contract for the Provision of a Replacement Control Systems Solution
  
            Cyfeirnod: ECFRS00161
  II.1.2) Prif god CPV
  32412000
 
  II.1.3) Y math o gontract
  Cyflenwadau
  II.1.4) Disgrifiad byr
  Essex Police, Fire and Crime Commissioner Fire and Rescue Authority (‘the Authority’) wishes to invite organisations to participate in a procurement process for the provision and implementation of both a replacement ESN ready/future proofed Computer Aided Dispatch System (CAD) and Integrated Communication and Control System (ICCS) for Essex County Fire and Rescue Service. The Authority is seeking to appoint one provider to deliver, implement and install both CAD & ICCS systems and to maintain and provide support services for those systems over the duration of the contract; this can be as a consortium, a prime contractor with a variety of subcontractors or a single organisation offering the full service.
  II.1.5) Cyfanswm gwerth amcangyfrifedig
  
            Gwerth heb gynnwys TAW: 2 500 000.00 GBP
  II.1.6) Gwybodaeth am lotiau
  
            Mae’r contract hwn wedi’i rannu’n lotiau:
            
        Na
      
 
II.2) Disgrifiad
  
    II.2.2) Cod(au) CPV ychwanegol
    32000000
    32412100
    32500000
    32510000
    32523000
    32524000
    32552000
    32570000
    32571000
    32573000
    48100000
    42961400
    35710000
    50000000
    50300000
    50312000
    50323000
    50324100
    50332000
    50333000
    50334400
    72000000
    II.2.3) Man cyflawni
    Cod NUTS:
    UKH3
Prif safle neu fan cyflawni:
    Essex.
    II.2.4) Disgrifiad o’r caffaeliad
    The main deliverables of the solution will include the following:
    • provision of all infrastructure components;
    • provision of the core command and control software;
    • provision of all primary and secondary control room operator equipment;
    • integration with all the authority’s interfaces to the core command and control software;
    • provision of operational services throughout the life of the contract.
    In addition to replacing the current core command and control software, the authority is seeking an innovative, location agnostic control room solution, that will support current and future exploitation of digital technology, integration with incident command and digital asset/evidence management systems, and the opportunity to exploit collaboration, resilience and business continuity arrangements with at least one other partner Fire and Rescue Service.
    The solution will also need to support the latest Airwave and ESN technologies for critical voice and data, as and when they become available.
    It must be location agnostic and where possible, based on a Software as a Service (SaaS) model, in order to provide maximum flexibility and scope to exploit resilience and business continuity opportunities with other fire and rescue services, and future technological developments e.g. Next Generation 999 and digital technology.
    It must support future strategic objectives with any other FRS's, including procedures to share risk data for over the border incidents, processes and procedures for the receipt of emergency calls and mobilisation of each other’s resources, procedures for the joint response to a critical or major incident that exceeds the capability of one fire control room solution, and the sharing of incident data with partner agencies using Multi-Agency Incident Transfer (MAIT). Bidders are referred to the procurement documents for the full requirements.
    In summary, the successful bidder will be required to provide:
    (i) hardware, (including, but not limited to) workstation and server based hardware;
    (ii) core command and control software; and (iii) maintenance and support services throughout the duration of the contract.
    The authority is seeking solutions that are ideally location agnostic that will provide for integration and resilience arrangements.
    The authority is conducting this procurement under the competitive procedure with negotiation (CPN), pursuant to Regulation 29 of the Public Contracts Regulation 2015, as amended. The top five (5) scoring SQ responses will be taken through to submit an initial tender; if the authority does not award on the basis of initial tenders only the top three (3) scoring bids will be invited to the negotiation stage.
    II.2.5) Meini prawf dyfarnu
    Maen prawf isod:
    
                    Maes prawf ansawdd: Technical quality questions, scenario testing and contractual terms
                    / Pwysoliad: 70
    
                    Maen prawf cost: Whole life costs
                    / Pwysoliad: 30
    II.2.6) Gwerth amcangyfrifedig
    
            Gwerth heb gynnwys TAW: 2 500 000.00 GBP
    II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
    
                Hyd mewn misoedd: 60
    
                  Gall y contract hwn gael ei adnewyddu: Ydy
                
    Disgrifiad o’r adnewyddiadau:
    The initial contract term shall be for a period of five (5) years from the go live date. The authority will have the option to extend the contract beyond the initial five (5) year term for any period or periods of up to five (5) years in twelve (12) or twenty-four (24) month blocks for a maximum contract term of 10 years.
    II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
    
          Nifer yr ymgeiswyr a ragwelir: 5
    Meini prawf gwrthrychol ar gyfer dewis y nifer cyfyngedig o ymgeiswyr:
    As set out in the procurement documents.
    II.2.10) Gwybodaeth am amrywiadau
    
            Derbynnir amrywiadau:
            
              Na
            
    II.2.11) Gwybodaeth am opsiynau
    
            Opsiynau:
            
              Na
            
    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
    To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/YPMKC7Y2RW
    The authority reserve the right not to award the opportunity or to award only part (or a different arrangement) of the opportunity described in the contract notice.
   
 
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
  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
  
                        Gweithdrefn gystadleuol gyda negodi
                        
  IV.1.4) Gwybodaeth am leihau nifer yr atebion neu’r tendrwyr yn ystod negodiad neu ddeialog
  Troi at weithdrefn fesul cam er mwyn mynd ati’n raddol i leihau nifer yr atebion i’w trafod neu’r tendrau i’w negodi
  IV.1.5) Gwybodaeth am negodi
  Ceidw’r awdurdod contractio yr hawl i ddyfarnu’r contract ar sail y tendrau gwreiddiol heb gynnal negodiadau
  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.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
  Rhif yr hysbysiad yn OJ S:
  2020/S 047-112507
  IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
  
              Dyddiad:
              02/10/2020
  
                Amser lleol: 14:00
  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: 6  (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.3) Gwybodaeth ychwanegol
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
Bidders should note that the procurement documents (including the invitation to submit initial tender) are draft documents at this stage, providing indicative information of the authority's intended approach in the procurement process and are for general information only. The authority reserves the right to vary, amend and update any aspects of the procurement documents and final details and versions of the procurement documents will be confirmed to applicants successful in being selected to participate in the relevant tender stages of the procurement procedure.
Requests to participate must be by way of completion and return of the standard selection questionnaire (in accordance with the requirements set out in the Standard Selection Questionnaire) by the date and time specified in Section IV.2.2). The authority reserves the right not to accept requests to participate that are received after the deadline. Bidders are encouraged to submit their submissions well in advance of the stated date and time in order to avoid issues such as technical difficulties with the electronic system that may be due to the high volumes of traffic attempting to submit applications on the same date at the same time.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Rivenhall:-Communications-network./YPMKC7Y2RW
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/YPMKC7Y2RW
Go reference: GO-2020820-PRO-16967223
VI.4) Gweithdrefnau adolygu
  VI.4.1) Corff adolygu
  
    Royal Courts of Justice
    The Strand
    London
    WC2A 2LL
    UK
   
  VI.4.3) Gweithdrefn adolygu
  Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:
  In accordance with Chapter 6 Application to the Court (Regulation 88-104) of the Public Contracts Regulations 2015 (as amended) including Regulation 91 (Enforcement of Duties through the Court); Regulation 92 (General time limits) and Regulation 93 (Special time limits).
 
VI.5) Dyddiad anfon yr hysbysiad hwn
20/08/2020