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

ICT VAR Framework

  • Cyhoeddwyd gyntaf: 13 Ionawr 2021
  • Wedi'i addasu ddiwethaf: 13 Ionawr 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:
The Police, Fire and Crime Commissioner for Northamptonshire
ID Awudurdod:
AA77596
Dyddiad cyhoeddi:
13 Ionawr 2021
Dyddiad Cau:
-
Math o hysbysiad:
Dyfarnu Contract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
Nac Ydi

Crynodeb

ICT VAR Framework. The supplier(s) shall be able to provide a wide range of standard IT products and services, to include but not be limited to end user devices, audio visual equipment, network infrastructure, IT peripherals, infrastructure as a service (IaaS), platform as a service (PaaS), operating systems and utility software. The supplier(s) shall provide flexible logistics and delivery options to the contracting body, including, but not limited to:

(a) consignment stocking for phased delivery;

(b) delivery to site (including desk or server room as required);

(c) removal of packaging as required.

Supplier(s) shall provide associated services, as requested by the individual contracting body to include, but not be limited to:

(a) pre-sales technical services including product advice, and assistance in defining and refining requirements;

(b) technical support services including design, fault fixing, and training options;

(c) ICT consultancy;

(d) loaning of test devices;

(e) proof of concept and pilot services;

(f) hardware configuration;

(g) imaging; and

(h) installation.

Supplier(s) shall be able to provide a full range of commoditised and commercial software from different vendors, to include, but not be limited to open source licences, COTS licences, software as a service (SaaS), operating systems, middleware, utilities and information security software.

Supplier(s) shall provide associated services, as requested by the individual contracting body, to include, but not be limited to:

(a) pre-sales technical services including product advice, and assistance in defining and refining requirements;

(b) ICT implementation support (proposed service rate cards);

(c) management of updates and patches related to Software purchased;

(d) data services including data transfer:

(e) application packaging services; and

(f) user or other acceptance testing.

Supplier(s) shall be able to provide IT products and associated services that are capable of meeting specific sector protective, information assurance requirements.

Supplier(s) shall provide, where required, the secure disposal of ICT hardware including, but not limited to desktops, laptops, notebooks, netbooks, PDAs, mobile internet devices, servers, data, CCTV, videotape, DLT, audio, hard drives, RAM discs, flash drives and media cards, USB memory sticks, floppy discs, CDs, DVDs, mobile phones, printers and fax machines.

The disposal services shall include (as required):

(a) assistance in defining and refining disposal requirements;

(b) end to end asset tracking;

(c) data destruction;

(d) on site data destruction;

(e) specialist logistics;

(f) recycling;

(g) secure units for transportation including security cleared staff;

(h) options for cost recovery, such as auctions.

The disposal services shall be performed in accordance with current WEEE regulations and government protective marking policy, and any changes thereto during the term of the contract.

The supplier(s) shall operate and maintain appropriate systems and processes to accurately complete transactions with individual contracting bodies including purchase orders, goods receipts and invoices, within the timescales set out in the service levels.

The supplier(s) shall operate appropriate processes to ensure the rapid resolution of queries and issues relating to orders, deliveries and invoices, with defined acknowledgement and resolution timescales.

The supplier(s) shall be able to accept payment from individual contracting bodies by credit card or purchase order (electronic or manual) from multiple platforms.

If requested by an individual contracting body, the supplier(s) shall provide a range of hardware, software and associated services via an on line catalogue, or catalogues.

Testun llawn y rhybydd

Hysbysiad dyfarnu contract

Canlyniadau'r weithdrefn gaffael

Adran I: Endid contractio

I.1) Enw a chyfeiriad

The Police, Fire and Crime Commissioner for Northamptonshire

N/a

Wootton Hall

Northampton

NN4 0JQ

UK

Person cyswllt: EMSCU Enquires

Ffôn: +44 1159670999

E-bost: emscuenquiries@emscu.pnn.police.uk

NUTS: UK

Cyfeiriad(au) rhyngrwyd

Prif gyfeiriad: https://supplierlive.proactisp2p.com/

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

ICT VAR Framework

Cyfeirnod: DN38

II.1.2) Prif god CPV

72000000

 

II.1.3) Y math o gontract

Gwasanaethau

II.1.4) Disgrifiad byr

The supplier(s) shall be able to provide a wide range of standard IT products and services, to include but not be limited to end user devices, audio visual equipment, network infrastructure, IT peripherals, infrastructure as a service (IaaS), platform as a service (PaaS), operating systems and utility software and a full range of commoditised and commercial software from different vendors, to include, but not be limited to open source licences, COTS licences, Software as a Service (SaaS), operating systems, middleware, utilities and information security software.

II.1.6) Gwybodaeth am lotiau

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

II.1.7) Cyfanswm gwerth y caffaeliad

Gwerth heb gynnwys TAW: 5 000 000 000.00 GBP

II.2) Disgrifiad

II.2.2) Cod(au) CPV ychwanegol

48200000

48400000

48500000

48600000

48700000

48800000

48920000

48990000

72222300

II.2.3) Man cyflawni

Cod NUTS:

UK

II.2.4) Disgrifiad o’r caffaeliad

ICT VAR Framework. The supplier(s) shall be able to provide a wide range of standard IT products and services, to include but not be limited to end user devices, audio visual equipment, network infrastructure, IT peripherals, infrastructure as a service (IaaS), platform as a service (PaaS), operating systems and utility software. The supplier(s) shall provide flexible logistics and delivery options to the contracting body, including, but not limited to:

(a) consignment stocking for phased delivery;

(b) delivery to site (including desk or server room as required);

(c) removal of packaging as required.

Supplier(s) shall provide associated services, as requested by the individual contracting body to include, but not be limited to:

(a) pre-sales technical services including product advice, and assistance in defining and refining requirements;

(b) technical support services including design, fault fixing, and training options;

(c) ICT consultancy;

(d) loaning of test devices;

(e) proof of concept and pilot services;

(f) hardware configuration;

(g) imaging; and

(h) installation.

Supplier(s) shall be able to provide a full range of commoditised and commercial software from different vendors, to include, but not be limited to open source licences, COTS licences, software as a service (SaaS), operating systems, middleware, utilities and information security software.

Supplier(s) shall provide associated services, as requested by the individual contracting body, to include, but not be limited to:

(a) pre-sales technical services including product advice, and assistance in defining and refining requirements;

(b) ICT implementation support (proposed service rate cards);

(c) management of updates and patches related to Software purchased;

(d) data services including data transfer:

(e) application packaging services; and

(f) user or other acceptance testing.

Supplier(s) shall be able to provide IT products and associated services that are capable of meeting specific sector protective, information assurance requirements.

Supplier(s) shall provide, where required, the secure disposal of ICT hardware including, but not limited to desktops, laptops, notebooks, netbooks, PDAs, mobile internet devices, servers, data, CCTV, videotape, DLT, audio, hard drives, RAM discs, flash drives and media cards, USB memory sticks, floppy discs, CDs, DVDs, mobile phones, printers and fax machines.

The disposal services shall include (as required):

(a) assistance in defining and refining disposal requirements;

(b) end to end asset tracking;

(c) data destruction;

(d) on site data destruction;

(e) specialist logistics;

(f) recycling;

(g) secure units for transportation including security cleared staff;

(h) options for cost recovery, such as auctions.

The disposal services shall be performed in accordance with current WEEE regulations and government protective marking policy, and any changes thereto during the term of the contract.

The supplier(s) shall operate and maintain appropriate systems and processes to accurately complete transactions with individual contracting bodies including purchase orders, goods receipts and invoices, within the timescales set out in the service levels.

The supplier(s) shall operate appropriate processes to ensure the rapid resolution of queries and issues relating to orders, deliveries and invoices, with defined acknowledgement and resolution timescales.

The supplier(s) shall be able to accept payment from individual contracting bodies by credit card or purchase order (electronic or manual) from multiple platforms.

If requested by an individual contracting body, the supplier(s) shall provide a range of hardware, software and associated services via an on line catalogue, or catalogues.

II.2.5) Meini prawf dyfarnu

Maes prawf ansawdd: Quality/technical / Pwysoliad: 50

Maen prawf cost: Pricing/commercial offer / Pwysoliad: 50

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 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:

2019/S 138-340132

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: 1

Teitl: ICT VAR Framework

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

30/08/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 11

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

V.2.3) Enw a chyfeiriad y contractwr

CDW Ltd

10 Fleet Place

London

EC4M 7RB

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Cyfanswm gwerth y contract/lot: 5 000 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: 2

Teitl: ICT VAR Framework

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

30/08/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 11

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

V.2.3) Enw a chyfeiriad y contractwr

CGI IT UK Ltd

14th Floor, 20 Fenchurch Street

London

EC3M 3BY

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Cyfanswm gwerth y contract/lot: 5 000 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: 3

Teitl: ICT VAR Framework

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

30/08/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 11

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

V.2.3) Enw a chyfeiriad y contractwr

Computacenter (UK) Ltd

Hatfield Business Park

Hatfield

AL10 9TW

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Cyfanswm gwerth y contract/lot: 5 000 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: 4

Teitl: ICT VAR Framework

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

30/08/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 11

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

V.2.3) Enw a chyfeiriad y contractwr

Insight Direct (UK) Ltd

Technology Building, Insight Campus, Terry Street

Sheffield

S9 2BU

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Cyfanswm gwerth y contract/lot: 5 000 000 000.00 EUR

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: 5

Teitl: ICT VAR Framework

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

30/08/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 11

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

V.2.3) Enw a chyfeiriad y contractwr

Specialist Computer Centres plc

James House, Warwick Road

Birmingham

B11 2LE

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Cyfanswm gwerth y contract/lot: 5 000 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: 6

Teitl: ICT VAR Framework

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

30/08/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 11

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

V.2.3) Enw a chyfeiriad y contractwr

Softcat plc

Solar House, Fieldhouse Lane

Marlow

SL7 1LW

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Cyfanswm gwerth y contract/lot: 5 000 000 000.00 EUR

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: 7

Teitl: ICT VAR Framework

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

30/08/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 11

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

V.2.3) Enw a chyfeiriad y contractwr

Trustmarque Solutions Ltd

30 Berners Street

London

W1T 3LR

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Cyfanswm gwerth y contract/lot: 5 000 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section V: Dyfarnu contract

Rhif y Lot: 1

Rhif Contract: 8

Teitl: ICT VAR Framework

Dyfernir contract/lot: Ydy

V.2 Dyfarnu contract

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

30/08/2019

V.2.2) Gwybodaeth am dendrau

Nifer y tendrau a ddaeth i law: 11

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

V.2.3) Enw a chyfeiriad y contractwr

XMA Ltd

Unit 44, Wilford Industrial Estate, Ruddington Lane

Wilford

NG11 7PE

UK

NUTS: UK

BBaCh yw’r contractwr: Na

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

Cyfanswm gwerth y contract/lot: 5 000 000 000.00 GBP

V.2.5) Gwybodaeth am is-gontractio

Section VI: Gwybodaeth ategol

VI.3) Gwybodaeth ychwanegol

1) The contracting authority has changed its name to Mint Commercial Services LLP and its contact details are updated to: Mint Enquiries Email: enquiries@mint.police.uk

2) Call off orders;

To provide clarification to ensure any call off order from this framework and any subsequent call off extension term thereafter does not exceed the maximum possible term of 8 (eight) years, as referenced in the published ITT documentation Section 5, Schedule 1 Definitions. This maximum term of (8) eight years applies from the original date of the framework contract award notice published on 4 October 2019 – (OJEU 2019/S 193-469706).

3) The information provided within VII.1.2 of Corrigendum 2019/S 250-621192 published on 30 December 2019 still applies.

VI.4) Gweithdrefnau adolygu

VI.4.1) Corff adolygu

The Police, Fire and Crime Commissioner for Northamptonshire

C/O East Midlands Strategic Commercial Unit

Nottingham

NG5 8PP

UK

VI.5) Dyddiad anfon yr hysbysiad hwn

08/01/2021

Codio

Categorïau nwyddau

ID Teitl Prif gategori
72222300 Gwasanaethau technoleg gwybodaeth Systemau gwybodaeth neu wasanaethau adolygu a chynllunio technoleg strategol
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
48920000 Pecyn meddalwedd awtomatiaeth swyddfa Pecynnau meddalwedd a systemau cyfrifiadurol amrywiol
48600000 Pecyn meddalwedd cronfa ddata a meddalwedd gweithredu Systemau pecynnau meddalwedd a gwybodaeth
48500000 Pecyn meddalwedd cyfathrebu ac amlgyfrwng Systemau pecynnau meddalwedd a gwybodaeth
48200000 Pecyn meddalwedd rhwydweithio, Rhyngrwyd a mewnrwyd Systemau pecynnau meddalwedd a gwybodaeth
48990000 Pecyn meddalwedd taenlenni a gwella Pecynnau meddalwedd a systemau cyfrifiadurol amrywiol
48400000 Pecyn meddalwedd trafodion busnes a busnes personol Systemau pecynnau meddalwedd a gwybodaeth
48700000 Rhaglenni gwasanaethu pecynnau meddalwedd Systemau pecynnau meddalwedd a gwybodaeth
48800000 Systemau a gweinyddion gwybodaeth Systemau pecynnau meddalwedd a gwybodaeth

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:
emscuenquiries@emscu.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.