Contract notice
Section I: Contracting
authority
I.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
UK
E-mail: gregg.roberts@wales.nhs.uk
NUTS: UK
Internet address(es)
Main address: http://nwssp.nhs.wales/ourservices/procurement-services/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
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/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
WAS-OJEU-53190 - WAST HART - Incident Ground Technology 3rd Edition (IGT3)
Reference number: WAS-OJEU-53190
II.1.2) Main CPV code
72000000
II.1.3) Type of contract
Services
II.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.
II.1.5) Estimated total value
Value excluding VAT:
270 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
72000000
32500000
35100000
48200000
II.2.3) Place of performance
NUTS code:
UKL
II.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.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/07/2023
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
05/07/2023
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
2026
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.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 http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=131218
(WA Ref:131218)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
26/05/2023