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

2033907 — DoJ — PSNI — Mobile Application Development Platform (MADP) and Associated Services

  • Cyhoeddwyd gyntaf: 05 Ebrill 2019
  • Wedi'i addasu ddiwethaf: 05 Ebrill 2019

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:
Department of Justice for Northern Ireland (DoJNI)
ID Awudurdod:
AA30430
Dyddiad cyhoeddi:
05 Ebrill 2019
Dyddiad Cau:
03 Mai 2019
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

This contract is for the provision of an ICT solution for PSNI that will comprise:

1) A Mobile Application Development Platform (MADP) platform which includes Rapid Mobile Application development (RMAD) tools hosted within the Authority’s infrastructure;

2) Professional services to develop and deploy a replacement for the Authority’s existing mobile application suite;

3) Training for Authority users in all aspects of the MADP platform, RMAD tools and use/re-use of the solution developed applications (ref point 2).

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

Department of Justice — Police Service of Northern Ireland

PSNI Lisnasharragh, 42 Montgomery Road

Belfast

BT6 9LD

UK

E-bost: SSDadmin.CPD@finance-ni.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://etendersni.gov.uk/epps

Cyfeiriad proffil y prynwr: https://etendersni.gov.uk/epps

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.3) Cyfathrebu

Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:

https://etendersni.gov.uk/epps


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:

https://etendersni.gov.uk/epps


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Trefn a diogelwch cyhoeddus

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

2033907 — DoJ — PSNI — Mobile Application Development Platform (MADP) and Associated Services

Cyfeirnod: 2033907

II.1.2) Prif god CPV

48000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

This contract is for the provision of an ICT solution for PSNI that will comprise:

1) A Mobile Application Development Platform (MADP) platform which includes Rapid Mobile Application Development (RMAD) tools hosted within the Authority’s infrastructure;

2) Professional services to develop and deploy a replacement for the Authority’s existing mobile application suite;

3) Training for Authority users in all aspects of the MADP platform, RMAD tools and use/re-use of the solution developed applications (ref point 2).

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 8 000 000.00 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

72000000

II.2.3) Man cyflawni

Cod NUTS:

UKN0

II.2.4) Disgrifiad o’r caffaeliad

This contract is for the provision of an ICT solution for PSNI that will comprise:

1) A Mobile Application Development Platform (MADP) platform which includes Rapid Mobile Application development (RMAD) tools hosted within the Authority’s infrastructure;

2) Professional services to develop and deploy a replacement for the Authority’s existing mobile application suite;

3) Training for Authority users in all aspects of the MADP platform, RMAD tools and use/re-use of the solution developed applications (ref point 2).

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Qualitative Criteria / Pwysoliad: 60

Price / Pwysoliad:  40

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 8 000 000.00 GBP

II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig

Hyd mewn misoedd: 36

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract will have 3 options to extend (subject to the terms of the contract and the performance of the successful economic operator) for 24 months each followed by a final option to extend for 12 months.

II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd

II.2.10) Gwybodaeth am amrywiadau

Derbynnir amrywiadau: Na

II.2.11) Gwybodaeth am opsiynau

Opsiynau: Ydy

Disgrifiad o’r opsiynau:

The contract will have 3 options to extend (subject to the terms of the contract and the performance of the successful economic operator) for 24 months each followed by a final option to extend for 12 months.

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

The Contracting Authority reserves the right to award the contract following submission of initial tender responses and the right to down-select economic operators following each round of negotiations.

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

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.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)

The procurement is covered by the Government Procurement Agreement: Ydy

IV.2) Gwybodaeth weinyddol

IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law

Dyddiad: 03/05/2019

Amser lleol: 15:00

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

Rhaid i’r tendr fod yn ddilys tan: 01/08/2019

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Ydy

VI.3) Gwybodaeth ychwanegol

The Contracting Authority reserves the right:

— to hold additional rounds of negotiations with economic operators,

— to require the submission of any further or additional information or tender submissions,

— to award the contract following the submission of initial tenders,

— to award the contract following conclusion of the first round of negotiation sessions, and/or

— to down-select economic operators following each round of negotiations. For the avoidance of doubt, final tenders will not be subject to any negotiation with the Contracting Authority (however, they may be subject to clarification, if required, at the Contracting Authority’s absolute discretion).

The Contracting Authority reserves the right:

— to reject any or all SQ or tender responses and to cancel or withdraw the procurement process at any stage,

— to award a contract without prior notice,

— to change the basis of, the procedure and the timescales set out or referred to in the procurement documents,

— to require an economic operator to clarify its SQ or tender response in writing and/or provide additional information,

— to terminate the procurement process, and/or

— to amend the terms and conditions of the SQ or tender evaluation process or negotiation process.

The Contracting Authority does not bind itself to accept the lowest or any tender.

Economic operators remain responsible for all costs and expenses incurred by them or by any third party acting under instructions from the economic operator in connection with taking part in this procurement process, regardless of whether such costs arise as a consequence, directly or indirectly of any amendments made to the procurement documents by the Contracting Authority at any time. No legally binding contract shall arise (and an economic operator shall have no legitimate expectation that a contract will be entered into) until such time as entry into the contract has been confirmed by the Contracting Authority. Economic operators should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the Contracting Authority reserves the right to change any or all of them. The figure indicated in II.1.5 represents an estimated contract value 9 000 000 GBP. II.2.4. details the calculation for this estimation. This reflects the potential scale of the contract and takes into account such changes to the scope/and or scale which may result from future operational requirements. The pricing strategy applied and the setting of cost/profit margins are a commercial decision for economic operators when submitting a bid for this competition. In addition, neither CPD nor the Contracting Authority can provide any guarantee as to the level of business under this contract. The successful contractor’s performance on the contract will be regularly monitored. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a notice of unsatisfactory performance and the contract may be terminated. The issue of a notice of unsatisfactory performance will result in the contractor being excluded from all procurement competitions being undertaken by centres of procurement expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of 12 months from the date of issue of the notice.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court of Justice in Northern Ireland, Royal Courts of Justice

Belfast

UK

VI.4.3) Gweithdrefn adolygu

Gwybodaeth fanwl gywir am y terfyn(au) amser ar gyfer gweithdrefnau adolygu:

The Contracting Authority will comply with the requirements of the Public Contracts Regulations 2015 (as amended) and, where applicable, will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to all economic operators. This contract will not be awarded in lots as a single supplier is required.

VI.5) Dyddiad anfon yr hysbysiad hwn

01/04/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
48000000 Systemau pecynnau meddalwedd a gwybodaeth Gwasanaethau Cyfrifiadurol a Chysylltiedig

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:
SSDadmin.CPD@finance-ni.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.