Skip to main content

Rydym wedi cadw rhai ffeiliau o'r enw cwcis ar eich dyfais. Y cwcis hyn yw:

  • Hanfodol ar gyfer y safle i weithio
  • Helpu i wella ein gwefan drwy gasglu ac adrodd gwybodaeth am sut rydych chi'n ei defnyddio

Hoffem hefyd arbed rhai cwcis i helpu i deilwra cyfathrebu.

BETA
Rydych yn edrych ar fersiwn wedi'i ddiweddaru o'r gwasanaeth hwn - bydd eich adborth yn ein helpu i'w wella.

Hysbysiad o Gontract

Contract for the Provision of a Replacement Control Systems Solution

  • Cyhoeddwyd gyntaf: 25 Awst 2020
  • Wedi'i addasu ddiwethaf: 25 Awst 2020

Nid yw'r prynwr yn defnyddio'r wefan hon i weinyddu'r hysbysiad.

I gofnodi eich diddordeb neu gael gwybodaeth neu ddogfennau ychwanegol, darllenwch y cyfarwyddiadau yn Nhestun Llawn yr Hysbysiad. (NODER: Nid oes angen ymateb i Hysbysiadau Dyfarnu Contractau a Hysbysiadau Gwybodaeth Ymlaen Llaw fel arfer)

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
Essex Police, Fire and Crime Commissioner Fire and Rescue Authority
ID Awudurdod:
AA73063
Dyddiad cyhoeddi:
25 Awst 2020
Dyddiad Cau:
02 Hydref 2020
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

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.

Testun llawn y rhybydd

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

Codio

Categorïau nwyddau

ID Teitl Prif gategori
32500000 Cyfarpar a chyflenwadau telathrebu Cyfarpar radio, teledu, cyfathrebu, telathrebu a chyfarpar cysylltiedig
32570000 Cyfarpar cyfathrebu Cyfarpar a chyflenwadau telathrebu
32000000 Cyfarpar radio, teledu, cyfathrebu, telathrebu a chyfarpar cysylltiedig Technoleg ac Offer
32552000 Cyfarpar trydanol ar gyfer teleffoni llinell neu delegraffiaeth llinell Cyfarpar ffôn
32523000 Cyfleusterau telathrebu Cebl a chyfarpar telathrebu
50312000 Cynnal a chadw ac atgyweirio cyfarpar cyfrifiadurol Cynnal a chadw ac atgyweirio peiriannau swyddfa
50323000 Cynnal a chadw ac atgyweirio perifferolion cyfrifiadurol Gwasanaethau atgyweirio a chynnal a chadw cyfrifiaduron personol
50000000 Gwasanaethau atgyweirio a chynnal a chadw Gwasanaethau eraill
50300000 Gwasanaethau atgyweirio, cynnal a chadw a gwasanaethau cysylltiedig mewn perthynas â chyfrifiaduron personol, cyfarpar swyddfa a chyfarpar telathrebu a chlyweledol Gwasanaethau atgyweirio a chynnal a chadw
50333000 Gwasanaethau cynnal a chadw cyfarpar cyfathrebiadau radio Gwasanaethau cynnal a chadw cyfarpar telathrebu
50332000 Gwasanaethau cynnal a chadw seilwaith telathrebu Gwasanaethau cynnal a chadw cyfarpar telathrebu
50324100 Gwasanaethau cynnal a chadw systemau Gwasanaethau cymorth cyfrifiaduron personol
50334400 Gwasanaethau cynnal a chadw systemau cyfathrebu Gwasanaethau atgyweirio a chynnal a chadw cyfarpar teleffoni llinell a thelegraffiaeth llinell
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
48100000 Pecyn meddalwedd penodol i ddiwydiant Systemau pecynnau meddalwedd a gwybodaeth
32412000 Rhwydwaith cyfathrebu Rhwydwaith ardal leol
32412100 Rhwydwaith telathrebu Rhwydwaith cyfathrebu
32571000 Seilwaith cyfathrebu Cyfarpar cyfathrebu
42961400 System anfon System gorchymyn a rheoli
32524000 System delathrebu Cebl a chyfarpar telathrebu
32573000 System rheoli cyfathrebu Cyfarpar cyfathrebu
32510000 System telathrebu di-wifr Cyfarpar a chyflenwadau telathrebu
35710000 Systemau gorchymyn, rheoli, cyfathrebu a chyfrifiadur Systemau electronig milwrol

Lleoliadau Dosbarthu

ID Disgrifiad
100 DU - I gyd

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
contracts@essex-fire.gov.uk
Cyswllt gweinyddol:
N/a
Cyswllt technegol:
N/a
Cyswllt arall:
N/a

Gwybodaeth bellach

Dyddiad Manylion
Nid oes unrhyw wybodaeth bellach wedi'i lanlwytho.

0800 222 9004

Mae'r llinellau ar agor rhwng 8:30am a 5pm o ddydd Llun i ddydd Gwener.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.