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

IT operations support managed service

  • Cyhoeddwyd gyntaf: 28 Awst 2021
  • Wedi'i addasu ddiwethaf: 28 Awst 2021

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:
UK Biocentre Ltd
ID Awudurdod:
AA41207
Dyddiad cyhoeddi:
28 Awst 2021
Dyddiad Cau:
29 Medi 2021
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

UKBC requires the provision of an IT operations support service at its site at Units 2-3 Java Park, Bradbourne Drive, Tilbrook, Milton Keynes, MK7 8AT.

UKBC’s facility is an operational healthcare testing centre that is currently operating 7 days a week on a 24/7 basis and accordingly UKBC requires IT operations support that reflects these operational days and hours. The volume of IT support services required will need to be amended over the term of the contract to reflect the needs of UKBC’s core business including the development of operations and future projects as well as the wind-down of operational hours once the COVID-19 testing service is no longer required or is no longer required to the same testing capacity.

In order to satisfy evolving COVID-19 testing requirements, UKBC necessarily maintain extremely flexible laboratory and business operations, and the same approach must be reflected in the IT operation support managed services. For example, this highly fluid situation does not lend itself to a traditional IT approach of a procedure-driven service desk and catalogue-driven solution provisioning. For this reason, UKBC do not operate a traditional demarcation between first-line and second-line IT support teams, but requires a single combined general IT operations support team with the same resources covering both first-line and second-line tasks, and all providing flexible, ad-hoc and investigative solutions as well as the traditional IT support basics.

Testun llawn y rhybydd

Hysbysiad contract

Adran I: Endid contractio

I.1) Enw a chyfeiriad

UK Biocentre Ltd

Unit 2-3 Bradbourne Drive, Java Park, Tilbrook

Milton Keynes

MK7 8AT

UK

Ffôn: +44 1614755386

E-bost: tenders@ukbiocentre.com

NUTS: UKJ12

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: www.ukbiocentre.com

Cyfeiriad proffil y prynwr: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA38249

I.3) Cyfathrebu

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

www.mytenders.co.uk


Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod


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

www.mytenders.co.uk


I.4) Y math o awdurdod contractio

Corff a lywodraethir gan gyfraith gyhoeddus

I.5) Prif weithgaredd

Iechyd

Adran II: Gwrthrych

II.1) Cwmpas y caffaeliad

II.1.1) Teitl

IT operations support managed service

Cyfeirnod: UKBC005

II.1.2) Prif god CPV

72253000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

UKBC is seeking a Bidder that can provide an IT operations support managed service at UK Biocentre’s site in Milton Keynes

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

72253100

72253200

72250000

72000000

II.2.3) Man cyflawni

Cod NUTS:

UKJ12

II.2.4) Disgrifiad o’r caffaeliad

UKBC requires the provision of an IT operations support service at its site at Units 2-3 Java Park, Bradbourne Drive, Tilbrook, Milton Keynes, MK7 8AT.

UKBC’s facility is an operational healthcare testing centre that is currently operating 7 days a week on a 24/7 basis and accordingly UKBC requires IT operations support that reflects these operational days and hours. The volume of IT support services required will need to be amended over the term of the contract to reflect the needs of UKBC’s core business including the development of operations and future projects as well as the wind-down of operational hours once the COVID-19 testing service is no longer required or is no longer required to the same testing capacity.

In order to satisfy evolving COVID-19 testing requirements, UKBC necessarily maintain extremely flexible laboratory and business operations, and the same approach must be reflected in the IT operation support managed services. For example, this highly fluid situation does not lend itself to a traditional IT approach of a procedure-driven service desk and catalogue-driven solution provisioning. For this reason, UKBC do not operate a traditional demarcation between first-line and second-line IT support teams, but requires a single combined general IT operations support team with the same resources covering both first-line and second-line tasks, and all providing flexible, ad-hoc and investigative solutions as well as the traditional IT support basics.

II.2.5) Meini prawf dyfarnu

Maen prawf isod:

Maes prawf ansawdd: Service and Quality / Pwysoliad: 13

Maes prawf ansawdd: Assurance of Supply / Pwysoliad: 42

Price / Pwysoliad:  45

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

Hyd mewn misoedd: 4

Gall y contract hwn gael ei adnewyddu: Ydy

Disgrifiad o’r adnewyddiadau:

The contract will run for an initial term from 1 December 2021 to 31 March 2022, this being the end of the current UKBC COVID-19 testing contract with Department of Health and Social Care (DHSC).

The DHSC Contract contains options to renew for a further two six month periods. Any contract awarded for this service will contain similar renewal options, although renewal cannot be guaranteed.

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.1.2) 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: 29/09/2021

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

Rhaid i’r tendr fod yn ddilys tan: 29/12/2021

IV.2.7) Amodau ar gyfer agor tendrau

Dyddiad: 29/09/2021

Amser lleol: 12:00

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

UK Biocentre reserves the right to discontinue or delay the procurement process and may decide not to award a contract as a result of this call for competition. UK Biocentre shall not be liable for any costs or expenses incurred by any organisation in considering and/or responding to the procurement process. Tenders and supporting documents must be priced in pounds sterling and all payments made under the contract will be in pounds sterling, unless otherwise advised.

Any volumes of service required referred to within this Contract Notice and/or the procurement documents is indicative only and there is no guarantee or warranty of any volumes of service, particularly given that the position in relation to Covid-19 testing, and the Government’s response to it, continues to evolve. The service will need to be flexible to support UK Biocentre in its testing and core activities.

The estimated contract value for the initial period of 4 months may be in the region of 140,000 GBP to 150,000 GBP but the value may vary (and therefore may be lower or higher than this range) given that we cannot currently accurately predict Covid-19 activity and, consequently, the length of service required. As such, it is not possible to provide an overall maximum estimated value for the contract given the evolving nature of the Covid-19 pandemic and whether the contract will be extended up to the maximum 16 month period at the current levels. However, based on the initial 4 month period highlighted above and whilst recognising the value may vary, the overall maximum value across the 16 month period could be in the region of 550,000 – 600,000 GBP

The award of this contract may involve the transfer of staff pursuant to the Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended). Further details are provided as part of the procurement documents.

Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

UKBC will facilitate site visits (in line with COVID-19 distancing, other safety and security requirements) during week commencing 13 September 2021. A maximum of 2 people per bidding organisation will be permitted on an accompanied site visit. Please e-mail the dedicated tenders box (tenders@ukbiocentre.com) as soon as possible to register your request for a site visit.

UKBB will incorporate a standstill period at the point the decision in relation to the award of the contracts is notified to bidders. The standstill period, which will be a minimum of ten (10) calendar days, provides time for unsuccessful bidders to lodge an appeal in regards to the award decisions, before the contracts are entered into

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=223787.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:223787)

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

Public Procurement Review Service

Cabinet Office

London

UK

Ffôn: +44 3450103503

E-bost: publicprocurementreview@cabinetoffice.gov.uk

Cyfeiriad(au) rhyngrwyd

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Dyddiad anfon yr hysbysiad hwn

27/08/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
72253000 Gwasanaethau cymorth a desg gymorth Gwasanaethau system a chymorth
72253200 Gwasanaethau cymorth systemau Gwasanaethau cymorth a desg gymorth
72253100 Gwasanaethau desg gymorth Gwasanaethau cymorth a desg gymorth
72250000 Gwasanaethau system a chymorth Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth 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:
tenders@ukbiocentre.com
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.