Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

WAS-OJEU-53190 - WAST HART - Incident Ground Technology 3rd Edition (IGT3)

  • First published: 26 May 2023
  • Last modified: 26 May 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-131218
Published by:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Authority ID:
AA0221
Publication date:
26 May 2023
Deadline date:
05 July 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

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. CPV: 72000000, 72000000, 32500000, 35100000, 48200000.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
35100000 Emergency and security equipment Security, fire-fighting, police and defence equipment
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
48200000 Networking, Internet and intranet software package Software package and information systems
32500000 Telecommunications equipment and supplies Radio, television, communication, telecommunication and related equipment

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
26 May 2023
Deadline date:
05 July 2023 00:00
Notice type:
02 Contract Notice
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)
Publication date:
23 November 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
NHS Wales Shared Services Partnership-Procurement Services (hosted by Velindre University NHS Trust)

About the buyer

Main contact:
gregg.roberts@wales.nhs.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.