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

Offsite storage and retrieval of records, evidence, and materials for Kent Police and Essex Police

  • Cyhoeddwyd gyntaf: 08 Awst 2018
  • Wedi'i addasu ddiwethaf: 08 Awst 2018

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:
The Police and Crime Commissioner for Kent
ID Awudurdod:
AA71786
Dyddiad cyhoeddi:
08 Awst 2018
Dyddiad Cau:
22 Hydref 2018
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

The Authorities require the provision of secure off-site storage utilising the successful tenderer’s own premises (the “Facilities”) at UK-wide locations for a documented and auditable chain of custody documentary and physical evidence belonging to each Authority (the “Materials”). Such Materials include without limitation: boxes of paper files; analogue, magnetic, and digital audiovisual media; evidential exhibits; biohazardous material; larger items, such as vehicles and plant; and irregular-shaped items, such as furniture. Each Authority requires the collection of Materials from such Authority's central distribution hub for transfer to the facilities and the retrieval of materials stored at the facilities and delivery back to such Authority's central distribution hub where required by such Authority. The appointed provider shall manage the storage, tracking, and transportation of the Materials in line with all applicable legislation (including without limitation applicable data protection legislation). The Materials must be stored at the facilities with appropriate levels of security and environmental conditions and and in a manner that delivers value for money for each Authority.

Tenderers are asked to specify whether they are able to provide additional services, including without limitation a scanning service and destruction service (the "Optional Services"). Provision of the Optional Services is not a mandatory requirement and will not be evaluated; however, where tenderers are able to provide the Optional Services, they are asked to state in their respective tenders the applicable pricing in respect of such Optional services, which pricing will apply in the event that either Authority during the term of the relevant contract chooses (at its absolute discretion) to purchase any of the Optional Services (and neither Authority shall be under an obligation to do so).

The Authorities require the provider of these services to be the same for each Authority so that each Authority can benefit from the efficiencies derived from economies of scale. As such, each Authority will award a separate bilateral contract to the appointed provider.

The contract with Essex Police shall cover, in addition to the requirements of the police service, any requirements of the fire and rescue service for the areas of the councils of the boroughs of Southend-on-Sea and Thurrock and Essex County Council. This is because the Police, fire and crime commissioner for Essex (Fire and rescue authority) Order 2017 abolished the former Essex Fire Authority, and responsibility for the fire and rescue service was brought within the remit of the Police, Fire and Crime Commissioner for Essex with effect from 1.10.2017.

Tenderers should note there is no guarantee of the volume of Materials to be sent for storage or retrieved and delivered under either contract.

Full details of the procurement and the Authorities' requirements are set out in the procurement documents available on the e-tendering system at https://kentpolice-essexpolice.bravosolution.co.uk (please search for project_17435 and navigate to the 'Attachments' section to find all three volumes of the Invitation to tender).

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Police and Crime Commissioner for Kent

Kent Police HQ

Maidstone

ME15 9BZ

UK

Ffôn: +44 14743663650

E-bost: procurement.services@kent.essex.pnn.police.uk

NUTS: UKJ4

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://kentpolice-essexpolice.bravosolution.co.uk

I.3) Cyfathrebu

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

https://kentpolice-essexpolice.bravosolution.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

https://kentpolice-essexpolice.bravosolution.co.uk


Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:


Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:

https://kentpolice-essexpolice.bravosolution.co.uk


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

Offsite storage and retrieval of records, evidence, and materials for Kent Police and Essex Police

Cyfeirnod: 2018/111

II.1.2) Prif god CPV

63121000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The Police and Crime Commissioner for Kent ("Kent Police") wishes to procure as the lead authority on behalf of itself and the Police, fire and crime commissioner for Essex ("Essex Police") a suitably experienced and qualified contractor to provide, utilising such contractor’s own premises at locations in the United Kingdom, secure off-site storage for a documented and auditable chain of custody, documentary, and physical evidence belonging to each of Kent Police and Essex Police (hereinafter referred to in this contract notice together as the "Authorities" and each individually as an "Authority"), as well as a service to collect such materials from each Authority and to retrieve them and deliver them to the Authorities where so required by the Authorities.

II.1.5) Cyfanswm gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 7 000 000.00 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

48782000

63120000

63121100

64216200

72317000

72512000

79995100

79996100

79999100

92512000

92512100

II.2.3) Man cyflawni

Cod NUTS:

UKJ4


Prif safle neu fan cyflawni:

Kent Police HQ

Maidstone

ME15 9BZ

Essex Police

Kelvedon Park

London Road

Rivenhall

Witham CM8 3HB

II.2.4) Disgrifiad o’r caffaeliad

The Authorities require the provision of secure off-site storage utilising the successful tenderer’s own premises (the “Facilities”) at UK-wide locations for a documented and auditable chain of custody documentary and physical evidence belonging to each Authority (the “Materials”). Such Materials include without limitation: boxes of paper files; analogue, magnetic, and digital audiovisual media; evidential exhibits; biohazardous material; larger items, such as vehicles and plant; and irregular-shaped items, such as furniture. Each Authority requires the collection of Materials from such Authority's central distribution hub for transfer to the facilities and the retrieval of materials stored at the facilities and delivery back to such Authority's central distribution hub where required by such Authority. The appointed provider shall manage the storage, tracking, and transportation of the Materials in line with all applicable legislation (including without limitation applicable data protection legislation). The Materials must be stored at the facilities with appropriate levels of security and environmental conditions and and in a manner that delivers value for money for each Authority.

Tenderers are asked to specify whether they are able to provide additional services, including without limitation a scanning service and destruction service (the "Optional Services"). Provision of the Optional Services is not a mandatory requirement and will not be evaluated; however, where tenderers are able to provide the Optional Services, they are asked to state in their respective tenders the applicable pricing in respect of such Optional services, which pricing will apply in the event that either Authority during the term of the relevant contract chooses (at its absolute discretion) to purchase any of the Optional Services (and neither Authority shall be under an obligation to do so).

The Authorities require the provider of these services to be the same for each Authority so that each Authority can benefit from the efficiencies derived from economies of scale. As such, each Authority will award a separate bilateral contract to the appointed provider.

The contract with Essex Police shall cover, in addition to the requirements of the police service, any requirements of the fire and rescue service for the areas of the councils of the boroughs of Southend-on-Sea and Thurrock and Essex County Council. This is because the Police, fire and crime commissioner for Essex (Fire and rescue authority) Order 2017 abolished the former Essex Fire Authority, and responsibility for the fire and rescue service was brought within the remit of the Police, Fire and Crime Commissioner for Essex with effect from 1.10.2017.

Tenderers should note there is no guarantee of the volume of Materials to be sent for storage or retrieved and delivered under either contract.

Full details of the procurement and the Authorities' requirements are set out in the procurement documents available on the e-tendering system at https://kentpolice-essexpolice.bravosolution.co.uk (please search for project_17435 and navigate to the 'Attachments' section to find all three volumes of the Invitation to tender).

II.2.5) Meini prawf dyfarnu

Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi

II.2.6) Gwerth amcangyfrifedig

Gwerth heb gynnwys TAW: 10 000 000.00 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:

Each contract (i.e. one contract with Kent Police and one contract with Essex Police) may have up to 5 extensions of 36 months each, which extensions shall be awarded at the absolute discretion of the relevant Authority. The maximum potential duration of each contract to be awarded is therefore 240 months (20 years).

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: 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

Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol

III.1) Amodau ar gyfer cymryd rhan

III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach

Rhestr a disgrifiad byr o’r amodau:

As set out in the procurement documents.

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 agored

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: 22/10/2018

Amser lleol: 12:00

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)

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 22/10/2018

Amser lleol: 12:01

Section VI: Gwybodaeth ategol

VI.1) Gwybodaeth am ailddigwydd

Caffaeliad cylchol yw hwn: Na

VI.2) Gwybodaeth am lifau gwaith electronig

Defnyddir archebion electronig

Derbynnir anfonebau electronig

Defnyddir taliadau electronig

VI.3) Gwybodaeth ychwanegol

The estimated maximum value of this procurement has been stated as 10 000 000 GBP (ten million pounds sterling) on the basis that it is likely to fall in the range of 7 000 000 GBP (seven million pounds sterling) and 10 000 000 GBP (ten million pounds sterling). This range has been calculated on the basis that, in the initial 5-year period during which prices will be fixed, the combined annual estimated value of both contracts (i.e. the contracts for both Authorities together) is 350 000 GBP (three hundred and fifty thousand pounds sterling). When this figure is multiplied by twenty (20), i.e. the number of years comprising the total potential duration of each contract (if all possible extensions under both contracts are used), this comes to 7 000 000 GBP (seven million pounds sterling).

However, after the initial five5-year period, if either contract is extended, then prices will be subject to indexation based on the Consumer Price Index (CPI) and, as such, the combined annual estimated value of both contracts may increase. As such, the potential increase in the pricing for the remaining fifteen years of each contract (if all extensions under each contract are used) means that the total estimated value could come to £10,000,000 (ten million pounds sterling).

Tenderers who submit bids must be capable of providing the services under each contract as soon as 1 May 2019.

The Authorities intend to hold a briefing day for interested suppliers in August 2018 as set out in the procurement documents. It is recommended that all interested tenderers attend where possible. No part of the briefing day will be subject to evaluation for the purposes of the procurement. Interested suppliers who wish to attend should confirm who will be representing their organisations (including full name and position) as soon as possible using the e-tendering system in accordance with the instructions set out in the procurement documents.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

High Court

The Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.2) Corff sy’n gyfrifol am weithdrefnau cyfryngu

High Court

The Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.4.3) Gweithdrefn adolygu

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

The Contracting Authority will incorporate a minimum standstill period of ten (10) calendar days at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the Contracting Authority before the contracts to be awarded under this procurement are entered into. If an appeal regarding the award of the contracts has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or who are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).

VI.4.4) Y gwasanaeth lle y gellir cael gwybodaeth am y weithdrefn adolygu

High Court

The Royal Courts of Justice, Strand

London

WC2A 2LL

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

06/08/2018

Codio

Categorïau nwyddau

ID Teitl Prif gategori
92512000 Gwasanaethau archifau Gwasanaethau llyfrgell ac archif
79995100 Gwasanaethau archifo Gwasanaethau rheoli llyfrgelloedd
92512100 Gwasanaethau dinistrio archifau Gwasanaethau archifau
64216200 Gwasanaethau gwybodaeth electronig Gwasanaethau negeseuon a gwybodaeth electronig
72512000 Gwasanaethau rheoli dogfennau Gwasanaethau rheoli cyfrifiadurol
79999100 Gwasanaethau sganio Gwasanaethau sganio ac anfonebu
63120000 Gwasanaethau storfeydd a warysau Gwasanaethau trin a storio cargo
63121100 Gwasanaethau storio Gwasanaethau storio ac adalw
63121000 Gwasanaethau storio ac adalw Gwasanaethau storfeydd a warysau
72317000 Gwasanaethau storio data Gwasanaethau prosesu data
48782000 Pecyn meddalwedd rheoli storfeydd Pecyn meddalwedd rheoli systemau, storio a chynnwys
79996100 Rheoli cofnodion Gwasanaethau trefniadaeth busnes

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:
procurement.services@kent.essex.pnn.police.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.