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.

Dyfarnu Contract

Network Services 2

  • Cyhoeddwyd gyntaf: 19 Awst 2019
  • Wedi'i addasu ddiwethaf: 19 Awst 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:
The Cabinet Office
ID Awudurdod:
AA26341
Dyddiad cyhoeddi:
19 Awst 2019
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

Lot 1 Data Access Services, including Wide Area Networks (WAN) is for the provision of connectivity services enabling site-to-site or site-to-cloud interconnectivity.

The Primary Services are:

a) Wide area connectivity for the provision of a managed or unmanaged point-to-point data-only connection.

b) Wide area connectivity for the provision of a managed or unmanaged point-to-internet/cloud dataonly connection

The scope of this Lot includes technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 1, including but not limited to:

a) design, survey, build, management, support and maintenance for Lot 1 services;

b) unmanaged dark connectivity;

c) terrestrial, fibre, wireless and satellite solutions;

d) data networking equipment;

e) software-defined networking (SD WAN);

F) individual or multiple data connectivity circuits;

g) connectivity to support voice services (e.g. PSTN and IP;)

h) network related security and access control solutions including but not limited to provision of security equipment;

i) domain name resolution services;

j) support for classes and/or qualities of service (COS/QOS) and flexible bandwidth option;and

k) closed user groups and virtual private networks;

l) Internet Service Providers (ISP) and Internet services & gateways, including;

i) internet access, transit and ISP peering solutions

ii) broadband routing and performance monitoring tools (including user self-test speed detection and

Reporting)

iii) home and teleworker service packages, including remote access solutions

vi) e-mail and website services as part of ISP service

v) co-location and hosting – but only as part of ISP service

vi) on-line storage as part of ISP service (i.e.; not SAN solutions or components)

The Ancillary Services for this Lot 1 are optional Services that enhance or otherwise supplement or

Support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.

Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.

Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.

i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).

ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to ten (10) years (120 months).

Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.

Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.

The conclusion of Framework Contract(s) was be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Minister for the Cabinet Office acting through Crown Commercial Service (CCS)

Rosebery Court, St Andrews Business Park

Norwich

NR7 0HS

UK

Ffôn: +44 3450103503

E-bost: supplier@crowncommercial.gov.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://www.gov.uk/ccs

Cyfeiriad proffil y prynwr: https://crowncommercialservice.bravosolution.co.uk

I.2) Caffael ar y cyd

Caiff y contract ei ddyfarnu gan gorff prynu canolog

I.4) Y math o awdurdod contractio

Gweinyddiaeth neu unrhyw awdurdod cenedlaethol neu ffederal arall, gan gynnwys eu his-adrannau rhanbarthol neu leol

I.5) Prif weithgaredd

Arall: Public Procurement

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

Network Services 2

Cyfeirnod: RM3808

II.1.2) Prif god CPV

64200000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The framework is for the provision of telecommunications and network services and can be used by the whole of the UK public sector and their associated bodies and agencies, the voluntary sector, charities, and/or other private organisations acting as managing agents or procuring on behalf of the public sector delivering services of a public nature. The following services will be made available under 10 lots: data access; local connectivity; traditional telephony; inbound telephony; mobile voice and data; paging and alerting; video conferencing; audio conferencing; radio; and security and surveillance.

The scope includes: services which provide the main functionality of a lot; associated technology, equipment and solutions and optional goods and services that enhance, supplement or support the delivery of the Services; and services delivered over the public internet, private networks, the PSN and/or the HSCN.

II.1.6) Gwybodaeth am lotiau

Mae’r contract hwn wedi’i rannu’n lotiau: Ydy

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 5 000 000 000.00 GBP

II.2) Disgrifiad

Rhif y Lot 1

II.2.1) Teitl

Data Access Services

II.2.2) Cod(au) CPV ychwanegol

31000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 1 Data Access Services, including Wide Area Networks (WAN) is for the provision of connectivity services enabling site-to-site or site-to-cloud interconnectivity.

The Primary Services are:

a) Wide area connectivity for the provision of a managed or unmanaged point-to-point data-only connection.

b) Wide area connectivity for the provision of a managed or unmanaged point-to-internet/cloud dataonly connection

The scope of this Lot includes technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 1, including but not limited to:

a) design, survey, build, management, support and maintenance for Lot 1 services;

b) unmanaged dark connectivity;

c) terrestrial, fibre, wireless and satellite solutions;

d) data networking equipment;

e) software-defined networking (SD WAN);

F) individual or multiple data connectivity circuits;

g) connectivity to support voice services (e.g. PSTN and IP;)

h) network related security and access control solutions including but not limited to provision of security equipment;

i) domain name resolution services;

j) support for classes and/or qualities of service (COS/QOS) and flexible bandwidth option;and

k) closed user groups and virtual private networks;

l) Internet Service Providers (ISP) and Internet services & gateways, including;

i) internet access, transit and ISP peering solutions

ii) broadband routing and performance monitoring tools (including user self-test speed detection and

Reporting)

iii) home and teleworker service packages, including remote access solutions

vi) e-mail and website services as part of ISP service

v) co-location and hosting – but only as part of ISP service

vi) on-line storage as part of ISP service (i.e.; not SAN solutions or components)

The Ancillary Services for this Lot 1 are optional Services that enhance or otherwise supplement or

Support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.

Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.

Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.

i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).

ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to ten (10) years (120 months).

Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.

Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.

The conclusion of Framework Contract(s) was be on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 85

Price / Pwysoliad:  15

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

The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).

Call-offs 3 to 10 years dependent upon the service and order procedure. Direct award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.

Rhif y Lot 2

II.2.1) Teitl

Local Connectivity Services

II.2.2) Cod(au) CPV ychwanegol

32000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 2 Local Connectivity Services, is for the provision of single site connectivity services, including local area networks (LAN) enabling interconnectivity

The Primary Services are;

a) Local area network (LAN) connectivity services, constrained to a single site, multiple sites in the same locale, campus sites and metropolitan area sites enabling a user to consume a locally hosted

Service

b) Local connectivity services to connect an end user device to a local service.

The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 2, including but not limited to;

a) design, survey, build, management, support and maintenance for Lot 2 Services;

b) wired and/or wireless solutions;

c) local area network (LAN) equipment and/or cabling and/or storage area network (SAN) equipment;

d) LAN power solution and managed equipment room;

e) local infrastructure audit and/or testing services (such as asset management tools);

f) environmental and local access control solution;

g) specialist security and/or operational management and/or monitoring solutions, including cloud based solutions; and

h) optimal equipment operation services (such as air conditioning, fire suppression and power consumption management).

The Ancillary Services for this Lot 2 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.

Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.

Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.

i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).

ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition

Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to ten (10) years (120 months).

Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.

Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.

The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 85

Price / Pwysoliad:  15

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

The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).

Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.

Rhif y Lot 3

II.2.1) Teitl

Traditional Telephony Services

II.2.2) Cod(au) CPV ychwanegol

32000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 3 is for the provision of traditional telephony, enabling voice services

The Primary Services are;

a) Voice services enabling a Buyer’s local traditional telephony equipment to be connected to the PSTN,

Enabling a user to make and receive telephone calls.

b) The ability to connect local exchange equipment to a Telco carrier exchange enabling a user to make and receive telephone calls.

The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 3, including but not limited to;

a) design, survey, build, management, support and maintenance for Lot 3 services;

b) the adoption/on-boarding and management/maintenance of existing legacy equipment estates;

c) the transitioning from existing legacy equipment estates into a new solution

d) traditional voice connectivity (ISDN2, ISDN30 and analogue and digital exchange lines);

e) session initiation protocol (SIP) trunks;

f) voice call packages (including voice minutes, volume packages); and

g) direct dial in (DDI) ranges

The Ancillary Services for this Lot 3 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.

Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.

Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.

i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).

ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition

Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).

Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.

Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.

The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 85

Price / Pwysoliad:  15

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

The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).

Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.

Rhif y Lot 4

II.2.1) Teitl

Inbound Telephony Services

II.2.2) Cod(au) CPV ychwanegol

72200000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 4 is for the provision of inbound telephony services, enabling call management services.

The Primary Services are;

a) Inbound call management services for contact centre functionality

b) The ability to provide a Buyer with a non-geographic number; and deliver all calls to that number to the Buyer’s nominated location

The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 4, including but not limited to;

a) design, survey, build, management, support and maintenance for Lot 4 services

b) Non-geographic numbers such as:

i) 03xx number services

ii) 05xx number services

iii) 08xx number services

iv) 09xx number services

The Ancillary Services for this Lot 4 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further

Competition.

Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.

Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.

i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition

The maximum Call-Off Contract will not exceed five (5) years (60 months).

ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further

Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to ten (10) years (120 months).

Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.

Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.

The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 85

Price / Pwysoliad:  15

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

The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).

Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which may be 3 years.

Rhif y Lot 6

II.2.1) Teitl

Mobile Voice and Data Services

II.2.2) Cod(au) CPV ychwanegol

31000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 6 is for the provision of mobile voice and/or data services.

The Primary Services are;

a) Mobile services with the ability to make and receive voice calls from a compatible handheld mobile device, outside of a building

b) Mobile services with the ability to send and receive data from a compatible handheld mobile device, outside of a building.

The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 6, including but not limited to:

a) Design, survey, build, management, support and maintenance for Lot 6 Services;

b) The ability to send and receive short message service (SMS);

c) Voicemail services;

d) Mobile data connectivity;

e) Mobile e-mail services (push and pull);

f) Mobile data applications and value added mobile services; and

g) Mobile device management (MDM), including the administration of mobile devices, such as smartphones, tablets and laptops when linked to a corporate network.

The Ancillary Services for this Lot 6 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the

Supplier in their catalogue Service Offers or responses to a Further Competition.

Where the Supplier is required to provide mobile devices to a Buyer, those mobile devices will be provided unlocked; or will be unlocked at no additional Charge to that Buyer at least thirty (30)

Days prior to the expiry or termination of the Call-Off Contract.

Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.

Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.

i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed three (3) years (36 months).

ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of

Up to three (3) years (36 months).

Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.

The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.

Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 85

Price / Pwysoliad:  15

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

The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).

Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.

Rhif y Lot 7

II.2.1) Teitl

Paging and Alerting Services

II.2.2) Cod(au) CPV ychwanegol

31000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 7 Paging and Alerting Services, is for the provision of a range of paging and mobile messaging services

The Primary Services are;

a) Paging and alerting services with the ability to provide and users receive, a tone, numeric or word based alert

The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 7, including but not limited to:

a) design, survey, build, management, support and maintenance for Lot 7 service;

b) bureau services; and

c) local and/or national and/or international coverage

The Ancillary Services for this Lot 7 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will

Be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.

Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.

Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.

i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).

ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).

Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.

The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 85

Price / Pwysoliad:  15

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

The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).

Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.

Rhif y Lot 8

II.2.1) Teitl

Video Conferencing Services

II.2.2) Cod(au) CPV ychwanegol

32000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 8 Video Conferencing Services, is for the provision of traditional and IP based video conferencing services.

The Primary Services are:

a) Video conferencing services with the ability to call, connect and

Share audio-visual communications with another compatible video

Device over any distance in real time.

The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 8, including but not limited to:

a) design, survey, build, management, support and maintenance for

Lot 8 services;

b) related consultancy and training services to optimise performance

Or otherwise improve operations;

c) related software management tools (including performance

Enhancing software and software based clients to extend reach

And interoperability of the Services);

d) conference recording and quality/usage analysis tools;

e) self serve and/or fully managed service; and

f) supplementary services and/or peripheral equipment, including:

i) test and analysis tools

ii) security access products

iii) collaboration tools

iv) call recording and playback

v) transcribing/translation services

The Ancillary Services for this Lot 8 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the

Supplier in their catalogue Service Offers or responses to a Further Competition.

Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.

Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.

i) When a Call-Off Contract is awarded by a Buyer without holding a

Further Competition the maximum Call-Off Contract will not exceed

Five (5) years (60 months).

ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).

Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.

The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.

Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 85

Price / Pwysoliad:  15

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

The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).

Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.

Rhif y Lot 9

II.2.1) Teitl

Audio Conferencing Services

II.2.2) Cod(au) CPV ychwanegol

32000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 9 Audio Conferencing Services, is for the provision of traditional and IP based audio conferencing services

The Primary Services are;

a) Audio conferencing services with the ability to set up an audio only conference on demand

The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 9, including but not limited to:

a) design, survey, build, management, support and maintenance for Lot 9 services;

b) call recording and quality/usage analysis tools; and

c) self serve and/or fully managed services; supplementary services and/or peripheral equipment, including:

i) test and analysis tools

ii) security access products

iii) collaboration tools

iv) call recording and playback

v) transcribing/translation services

The Ancillary Services for this Lot 9 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further

Competition.

Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.

Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.

i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).

ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).

Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.

The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.

Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 85

Price / Pwysoliad:  15

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

The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).

Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.

Rhif y Lot 11

II.2.1) Teitl

Radio Services

II.2.2) Cod(au) CPV ychwanegol

31000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 11 is for the provision of voice services over a radio communications systems

The Primary Services are;

a) A voice communication solution utilising UHF, and/or VHF radio frequency bands

b) The ability to transmit and receive from a central operator console a voice communication over the allocated frequency to a hand held device, push to talk release to listen, outside of a building

The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 11, including but not limited to:

a) design, survey, build, management, support and maintenance for Lot 11 services

b) mobile radio and two-way transceiver

c) point to point and/or point to multipoint

d) supply, installation and, maintenance

e) secure radio and support equipment

f) commodity and/or managed service

g) professional mobile radio (PMR) (known in UK as private radio)

h) compliance with any prevailing radio standards, including TETRA

i) closed user groups

The Ancillary Services for this Lot 11 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the

Supplier in their catalogue Service Offers or responses to a Further Competition.

Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.

Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.

i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the

Maximum Call-Off Contract will not exceed five (5) years (60 months).

ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition

Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).

Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.

The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.

Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 85

Price / Pwysoliad:  15

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

The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).

Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.

Rhif y Lot 12

II.2.1) Teitl

Security and Surveillance Services

II.2.2) Cod(au) CPV ychwanegol

31000000

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

Lot 12 Security and Surveillance Services is the provision of CCTV and physical security monitoring services; including but not limited to:

The Primary Services are;

a) Services to access in real time audio and video activities regarding the security of premises, internal and external

The scope of this Lot includes the technology, equipment and solutions that may be required in the delivery of the Primary Services of this Lot 12, including but not limited to:

a).design, survey, build, management, support and maintenance for Lot 12 services

b) traditional and IP based CCTV services;

c) access control; remote door opening; automated gates and barriers;

d) image recording and archiving;

e) image recognition applications;

f) alarms and security monitoring;

d) supply of software; management; test and analysis tools; and

e) CCTV as a service

The Ancillary Services for this Lot 12 are optional Services that enhance or otherwise supplement or support the delivery and/or the functionality of the Primary Services and will be set out by the Supplier in their catalogue Service Offers or responses to a Further Competition.

This Lot EXCLUDES the provision of personnel.

Where the Buyer’s requirement spans more than one Lot they may conduct their competition across more than one Lot.

Buyers will be able to award specific Call-Off Contracts through two order procedures including direct award from catalogue and Further Competition.

i) When a Call-Off Contract is awarded by a Buyer without holding a Further Competition the maximum Call-Off Contract will not exceed five (5) years (60 months).

ii) When a Call-Off Contract is awarded by a Buyer in accordance with the Further Competition Procedure the maximum Call-Off Contract Period will not exceed a maximum Contract Period of up to seven (7) years (84 months).

Both order procedures allow the Buyer to decide the Initial Period and Extension Period provided that the total Call-Off Contract Period does not exceed the maximum permitted.

The conclusion of Framework Contract(s) was on the basis of the most economically advantageous tender(s) for each Lot and not necessarily those tenders with the lowest price.

Electronic auctions may be held by Buyers using the Framework Contract in order to award specific Call-Off Contracts.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality / Pwysoliad: 85

Price / Pwysoliad:  15

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

The framework will be established for 36 months with the option to extend for a further 12 months (3 years + 1).

Call-Offs 3 to 10 years dependent upon the Service and order procedure. Direct Award 5 years except Lot 6 which is 3 years. Further competition 7 years except Lots 1, 2, 4 which is 10 years and Lot 6 which is 3 years.

Section IV: Gweithdrefn

IV.1) Disgrifiad

IV.1.1) Y math o weithdrefn

Gweithdrefn agored

IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig

Mae’r caffaeliad yn golygu y caiff cytundeb fframwaith ei sefydlu

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:

2018/S 237-541526

IV.2.9) Gwybodaeth am ddod â chais am gystadleuaeth i ben ar ffurf hysbysiad gwybodaeth ymlaen llaw

Ni fydd yr awdurdod contractio yn dyfarnu contractau pellach yn seiliedig ar yr hysbysiad gwybodaeth ymlaen llaw uchod

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: RM3808

Teitl: Data Access Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

18/07/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 79

Nifer y tendrau a ddaeth i law gan BBaChau: 52

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 79

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

List of successfully awarded suppliers can be accessed via the URL below

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: .01 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 2

Rhif Contract: RM3808

Teitl: Local Connectivity Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

18/07/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 83

Nifer y tendrau a ddaeth i law gan BBaChau: 54

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 83

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: .01 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 3

Rhif Contract: RM3808

Teitl: Traditional Telephony Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

18/07/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 52

Nifer y tendrau a ddaeth i law gan BBaChau: 32

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 52

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: .01 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 4

Rhif Contract: RM3808

Teitl: Inbound Telephony Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

18/07/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 29

Nifer y tendrau a ddaeth i law gan BBaChau: 12

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 29

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: .01 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 6

Rhif Contract: RM3808

Teitl: Mobile Voice & Data Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

18/07/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 31

Nifer y tendrau a ddaeth i law gan BBaChau: 18

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 31

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: .01 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 7

Rhif Contract: RM3808

Teitl: Paging and Alerting Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

18/07/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 10

Nifer y tendrau a ddaeth i law gan BBaChau: 4

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 10

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: .01 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 8

Rhif Contract: RM3808

Teitl: Video Conferencing Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

18/07/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 31

Nifer y tendrau a ddaeth i law gan BBaChau: 15

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 31

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: .01 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 9

Rhif Contract: RM3808

Teitl: Audio Conferencing Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

18/07/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 25

Nifer y tendrau a ddaeth i law gan BBaChau: 11

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 25

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: .01 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 11

Rhif Contract: RM3808

Teitl: Radio Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

18/07/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 7

Nifer y tendrau a ddaeth i law gan BBaChau: 3

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 7

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: .01 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 12

Rhif Contract: RM3808

Teitl: Security and Surveillance Services

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

V.2.1) Y dyddiad y daeth y contract i ben

18/07/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 13

Nifer y tendrau a ddaeth i law gan BBaChau: 8

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau yr UE: 1

Nifer y tendrau a dderbyniwyd gan dendrwyr o Aelod-wladwriaethau nad ydynt yn aelodau o'r UE: 1

Nifer y tendrau a ddaeth i law drwy ddulliau electronig: 13

Dyfarnwyd y contract i gr?p o weithredwyr economaidd: Na

V.2.3) Enw a chyfeiriad y contractwr

List of successfully awarded suppliers can be accessed via the URL below.

Lot value is entered as 00.01 as not possible to determine, total overall value remains as II.1.7

N/A

UK

NUTS: UK

Cyfeiriad(au) rhyngrwyd

URL: https://www.contractsfinder.service.gov.uk/Notice/90b76c55-e004-4868-a798-1fb1aa0ba225

BBaCh yw’r contractwr: Na

V.2.4) Gwybodaeth am werth y contract/lot (heb gynnwys VAT)

Cyfanswm gwerth y contract/lot: .01 GBP

V.2.5) Gwybodaeth am is-gontractio

Mae’n debygol y caiff y contract ei is-gontractio

Section VI: Gwybodaeth ategol

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The Minister for the Cabinet Office acting through Crown Commercial Service

Rosebery Court, St Andrews Business Park

Norwich

NR7 0HS

UK

Ffôn: +44 3450103503

E-bost: supplier@crowncommercial.gov.uk

VI.5) Dyddiad anfon yr hysbysiad hwn

15/08/2019

Codio

Categorïau nwyddau

ID Teitl Prif gategori
32000000 Cyfarpar radio, teledu, cyfathrebu, telathrebu a chyfarpar cysylltiedig Technoleg ac Offer
64200000 Gwasanaethau telathrebu Gwasanaethau post a thelathrebu
72200000 Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth
31000000 Peiriannu, cyfarpar, offer a defnyddiau traul trydanol; goleuadau Technoleg ac Offer

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:
supplier@crowncommercial.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.