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