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

The Supply of Software and Provision of Services for NWFRS Command and Control Systems Replacement P

  • Cyhoeddwyd gyntaf: 22 Medi 2015
  • Wedi'i addasu ddiwethaf: 22 Medi 2015
  • Fersiwn: N/A
  • Efallai na fydd y ffeil hon yn gwbl hygyrch.

  •  

Eicon Gwybodaeth

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)

Eicon Gwybodaeth
Rydych yn gweld hysbysiad sydd wedi dod i ben.

Cynnwys

Crynodeb

OCID:
Cyhoeddwyd gan:
North Wales Fire and Rescue Service
ID Awudurdod:
AA0516
Dyddiad cyhoeddi:
22 Medi 2015
Dyddiad Cau:
19 Hydref 2015
Math o hysbysiad:
Hysbysiad o Gontract
Mae ganddo ddogfennau:
Nac Ydi
Wedi SPD:
Nac Ydi
Mae ganddo gynllun lleihau carbon:
AMH

Crynodeb

North Wales Fire and Rescue Service (NWF&RS) employ over a 1000 staff who support and cover 3 main areas across Wales: Gwynedd and Ynys Môn, Conwy and Denbighshire and Wrexham and Flintshire protecting an estimated population of 688 937 people over an area of 2 400 square miles as well as hundreds of thousands of tourists and visitors who come to North Wales every year. Annually they attend around 3 200 fires, 500 road traffic collisions and 500 other emergency incidents. Currently there are 44 Fire Stations throughout North Wales which support the service.

The Service has a large transport fleet including 54 fire appliances, one incident command unit and 31 ‘special’ vehicles — such as all-terrain vehicles and foam carriers. They also have three aerial ladder platforms, portable power tools, lifting and winching and other specialist equipment to enable them to respond to many different types of incident.

NWF&RS, through IT and other infrastructure will receive calls from the general public, businesses and automated systems, dispatch and monitor appliances and manage resources according to the type of incident. Furthermore, the Joint Communications Centre (JCC) is integral to sustained and effective resource pre-planning, incident management, performance data and management and will assist with defect management issues, press and the media, staff management and co-ordination and any related follow up and not just simply a call handling facility.

The JCC is a collaborative facility where North Wales Fire and Rescue Service shares an operational floor with North Wales Police in St Asaph. Unique in the UK, the facility was opened in October 2008, the major drivers being the saving of lives and the reduction of serious injuries. It represents an innovative approach to joint emergency service working, placing North Wales at the very forefront of 999 operations.

2. Scope.

North Wales Fire and Rescue Service seeks tenders from appropriate suppliers to provide a new Command and Control Mobilising System to replace their current Capita Vision 3 System.

The replacement system shall address the business needs of NWF&RS and ensure that a suitable platform is created for future development and advancement of closer working and convergence with the Emergency Services and Authorities.

The high level requirements for this service are below:

— Provide a Command and Control Mobilising System that has equivalent or better functionality than those currently in use.

— Provide integration into the North Wales Police Integrated Communications Control system that has equivalent or better functionality than those currently in use.

— Provide a compatible software solution for use with mobile data terminals that has equivalent or better functionality than those currently in use or can be used and integrated into one or more existing mobile data terminal software solutions to achieve the full benefits of data mobilisation and mobile data integration via the most cost effective and efficient mobile data solution.

— Integrate supplied systems to provide full and enhanced functionality.

— Provide suitable and effective backup systems for all major subsystems within the North Wales Joint Communications Centre.

— Test the new systems to ensure that a quality and robust deliverable is in place.

1 Provide suitable and effective planning and reporting systems for current and future needs. Deliver a software only based solution (as far as possible) onto the customer existing VMWare solution.

NWF&RS is seeking to implement a new resilient call handling and mobilising system which will be networked between the current C Joint Communications Centre (which is a shared location with North Wales Police) located at St Asaph and the Police HQ Business Continuity site located in Colwyn Bay. The aspiration of the NWF&RS is that the new system will incorporate fa

Testun llawn y rhybydd

HYSBYSIAD O GONTRACT - CYFNODOLYN SWYDDOGOL

Adran I: Awdurdod Contractio

I.1)

Enw, Cyfeiriad a Phwynt(iau) Cyswllt


North Wales Fire and Rescue Servicen/a

Ford Salesbury, St Asaph Business Park, Denbighshire

Saint Asaph

LL17 0JJ

UK

Procurement Department

+44 1492804247

procurement@nthwales.pnn.police.uk


http://www.nwales-fireservice.org.uk

https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/33183

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13488&B=BLUELIGHT

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=13488&B=BLUELIGHT
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio

I.2)

Math o Awdurdod contractio a'i Brif Weithgaredd neu Weithgareddau

Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Blwch heb ei dicio
Na

Adran II: Amcan y Contract

II.1)

Disgrifiad

II.1.1)

Teitl a roddwyd i'r contract gan yr awdurdod contractio

The Supply of Software and Provision of Services for NWFRS Command and Control Systems Replacement Project.

II.1.2(a))

Math o gontract gwaith

II.1.2(b))

Math o gontract cyflenwadau

II.1.2(c))

Math o gontract gwasanaeth

7

II.1.2)

Prif safle neu leoliad y gwaith, man cyflawni neu berfformio

Colwyn Bay, North Wales.



UKL13

II.1.3)

Mae'r hysbysiad hwn yn ymwneud â

Blwch wedi'i dicio
Blwch heb ei dicio
Blwch heb ei dicio

II.1.4)

Gwybodaeth am gytundeb fframwaith (os yw'n berthnasol)

Blwch heb ei dicio
Blwch heb ei dicio

Nifer y cyfranogwyr a ragwelir yn y cytundeb fframwaith

Hyd y cytundeb fframwaith

Cyfiawnhad dros gytundeb fframwaith sy'n para am fwy na phedair blynedd

Amcangyfrif o gyfanswm gwerth pryniannau yn ystod cyfnod llawn y cytundeb fframwaith

Amlder a gwerth y contractau a gaiff eu dyfarnu

II.1.5)

Disgrifiad byr o'r contract neu'r pryniant/pryniannau

North Wales Fire and Rescue Service (NWF&RS) employ over a 1000 staff who support and cover 3 main areas across Wales: Gwynedd and Ynys Môn, Conwy and Denbighshire and Wrexham and Flintshire protecting an estimated population of 688 937 people over an area of 2 400 square miles as well as hundreds of thousands of tourists and visitors who come to North Wales every year. Annually they attend around 3 200 fires, 500 road traffic collisions and 500 other emergency incidents. Currently there are 44 Fire Stations throughout North Wales which support the service.

The Service has a large transport fleet including 54 fire appliances, one incident command unit and 31 ‘special’ vehicles — such as all-terrain vehicles and foam carriers. They also have three aerial ladder platforms, portable power tools, lifting and winching and other specialist equipment to enable them to respond to many different types of incident.

NWF&RS, through IT and other infrastructure will receive calls from the general public, businesses and automated systems, dispatch and monitor appliances and manage resources according to the type of incident. Furthermore, the Joint Communications Centre (JCC) is integral to sustained and effective resource pre-planning, incident management, performance data and management and will assist with defect management issues, press and the media, staff management and co-ordination and any related follow up and not just simply a call handling facility.

The JCC is a collaborative facility where North Wales Fire and Rescue Service shares an operational floor with North Wales Police in St Asaph. Unique in the UK, the facility was opened in October 2008, the major drivers being the saving of lives and the reduction of serious injuries. It represents an innovative approach to joint emergency service working, placing North Wales at the very forefront of 999 operations.

2. Scope.

North Wales Fire and Rescue Service seeks tenders from appropriate suppliers to provide a new Command and Control Mobilising System to replace their current Capita Vision 3 System.

The replacement system shall address the business needs of NWF&RS and ensure that a suitable platform is created for future development and advancement of closer working and convergence with the Emergency Services and Authorities.

The high level requirements for this service are below:

— Provide a Command and Control Mobilising System that has equivalent or better functionality than those currently in use.

— Provide integration into the North Wales Police Integrated Communications Control system that has equivalent or better functionality than those currently in use.

— Provide a compatible software solution for use with mobile data terminals that has equivalent or better functionality than those currently in use or can be used and integrated into one or more existing mobile data terminal software solutions to achieve the full benefits of data mobilisation and mobile data integration via the most cost effective and efficient mobile data solution.

— Integrate supplied systems to provide full and enhanced functionality.

— Provide suitable and effective backup systems for all major subsystems within the North Wales Joint Communications Centre.

— Test the new systems to ensure that a quality and robust deliverable is in place.

1 Provide suitable and effective planning and reporting systems for current and future needs. Deliver a software only based solution (as far as possible) onto the customer existing VMWare solution.

NWF&RS is seeking to implement a new resilient call handling and mobilising system which will be networked between the current C Joint Communications Centre (which is a shared location with North Wales Police) located at St Asaph and the Police HQ Business Continuity site located in Colwyn Bay. The aspiration of the NWF&RS is that the new system will incorporate failover capabilities to enable fall-back across the sites. It will provide a full voice and data communications capability using the Airwave network, EISEC and ALSEC, which will reduce emergency call handling times, and ALS, which will ensure the nearest appropriate resource is mobilised to an incident. The system will interface with the following current interfaces:

— Existing Mobile Data Communications Gateway provided by Airbus;

— Existing indirect interaction with the Paging System provided by Swissphone;

— Existing Integrated Communications Control System provided by Capita;

— Existing Airwave interfaces (Centracom, Elite, SDR and MCADI);

— Existing Control Room and Station End Equipment (CCPs and Outstations) provided by Multitone;

— Existing or new supply of GPS based timing solution;

— Existing Resource Management System provided by Capita or new supply;

— Existing DEIT / MAIT interfaces to other Emergency Service and Local Authorities;

— Existing Fire Safety and Operational Records Management System provided by Atkins;

— Existing centralised Incident Recording System provided by DCLG.

Along side the current interfaces NWF&RS have a list of future requirements which will need to interface to the following:

— ESN (the final deliverable of the ESMCP programme of work);

— Corporate Gazetteer integration;

— Active Directory (people directory).

Future ICCS solution. NWF&RS will be moving forward with a supply of a new service provided by North Wales Police. North Wales Police are currently reviewing their options with regards to ICCS provision and a decision will be made in the near future with regards to how this will be provisioned. The bidder must assume that this could be one of many suppliers of these type of solutions.

Possible Integration with Voice Recorder and Call Logging solutions provided off the back of the new North Wales Police ICCS (links in incident for voice record play back)

Multitone IMessage service.

O-NAT — The emerging Overt National Asset Tracking (ONAT) project;

Direct interaction with the Swissphone paging solution;

PDR Pro — Personal Development Review system;

Others to be identified during current reviews.

The North Wales Fire Control Centre's effectiveness is crucial to the delivery of the statutory duties contained in the Fire and Rescue Services Act 2004 and subsequent overall performance of the Service. Equally the IT systems that are used are required to be comprehensive, effective, extremely reliable, and sustainable as well as capable of being interfaced with the other key IT systems required for effective service risk planning and service management, delivery and performance monitoring.

The NWF&RS will be seeking to implement the Contract as swiftly as possibly following Contract Award and will work with the Successful Contractor to determine the most appropriate approach to the implementation e.g. when and how the FRS will go-live. To meet this requirement and to ensure compliance with the requirements NWF&RS will be looking to develop the Functional Design Specification prior to contract award, work will commence on this as soon as the mandatory standstill period has ended. Terms will be added to allow the supplier to recover costs for developing the FDS if NWF&RS decide that the designed solution does not fit their requirements.

II.1.6)

Geirfa Gaffael Gyffredin (CPV)

72000000
72200000

II.1.7)

Contract wedi'i gwmpasu gan Gytundeb Caffael y Llywodraeth (GPA)

Blwch heb ei dicio

II.1.8)

Rhannu'n lotiau

Na

II.1.9)

A gaiff cynigion amrywiadol eu derbyn?

Na

II.2)

Maint neu Gwmpas y Contract

II.2.1)

Cyfanswm maint neu gwmpas

750 000200 000 000
GBP

II.2.2)

Opsiynau

Amserlen dros dro ar gyfer defnyddio'r opsiynau hyn

Nifer yr adnewyddiadau posibl

Yn achos contractau cyflenwadau neu wasanaethau adnewyddadwy, amserlen amcangyfrifedig ar gyfer contractau dilynol

II.3)

Hyd y contract neu derfyn amser ar gyfer ei gwblhau

060

Adran III: Gwybodaeth Gyfreithiol, Economaidd, Ariannol a Thechnegol

III.1)

Amodau sy'n Ymwneud â'r Contract

III.1.1)

Adneuon a gwarantau sydd eu hangen

The right is reserved to require a parent company guarantee and or suitable performance bond or bank guarantees to secure any advance payment/warranty or maintenance as felt appropriate by the Authority.

III.1.2)

Prif Delerau ariannu a thalu a/neu gyfeiriad at y darpariaethau perthnasol

Payment will be made in accordance with the contract documents.

All payments will be made in Pounds Sterling. However the PCC reserves the right to pay in Euro should it so wish to at a future date.

The PCC shall pay undisputed sums due to the Contractor in cleared funds within 30 days of receipt and agreement of invoices, submitted monthly in arrears, for work completed to the satisfaction of the PCC. All invoices must be clearly marked with the relevant order number. The PCC will not pay any invoice that has an outstanding credit note against it.

III.1.3)

Y ffurf gyfreithiol i'w chymryd gan y grŵp o gyflenwyr, contractwyr neu ddarparwyr gwasanaeth y caiff y contract ei ddyfarnu iddo

The Contracting Authority reserves the right to require groupings of contractors to take a particular legal form or require a single entity to take primary liability.

Contractors must Evidence of relevant insurances, including Professional Indemnity Insurance.

III.1.4)

Amodau penodol eraill y mae perfformiad y contract yn ddarostyngedig iddynt

Conditions in accordance with the contract documents.

Contract Period initially a 5 year contract with options to extend for 2 year in multiples of 12 months.

III.2)

Amodau ar gyfer Cymryd Rhan

III.2.1)

Sefyllfa bersonol gweithredwyr economaidd, gan gynnwys gofynion sy'n ymwneud â chofrestru ar gofrestrau proffesiynol neu fasnach


Information and formalities necessary for evaluating if the requirements are met: Any supplier may be disqualified who:

(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;

(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;

(c) has been convicted by a judgment which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;

(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;

(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;

(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;

(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2 (1) of Council Joint Action 98/733/JHA;

(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.5.1972 and Article 3 (1) of Council Joint Action 98/742/JHA3 respectively;

(J) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;

(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.

(l) or any other mandatory requirement of this particular contract as set out in the documentation.

Registration of your company details, free of charge, is required at: http://www.bluelight.gov.uk in order to participate in this procurement.

The supplier guide will give all the necessary information needed to register and how to respond to the Notice.

Please advise expression of interest and respond to the Invitation to Tender (ITT) or any Associate PQQ document via the Bluelight portal.

III.2.2)

Capasiti economaidd ac ariannol


Information and formalities necessary for evaluating if the requirements are met: Please refer to the PQQ on the Bluelight e-tendering portal at: www.bluelight.gov.uk

Minimum level(s) of standards possibly required: Please refer to the PQQ on the Bluelight e-tendering portal at: www.bluelight.gov.uk




III.2.3)

Capasiti technegol


Please refer to the PQQ on the Bluelight e-tendering portal at: www.bluelight.gov.uk

Minimum level(s) of standards possibly required:

Please refer to the PQQ on the Bluelight e-tendering portal at: www.bluelight.gov.uk




III.2.4)

Contractau sydd wedi'u cadw

Blwch heb ei dicio
Blwch heb ei dicio

III.3)

Amodau sy'n Benodol i Gontractau Gwasanaeth

III.3.1)

A gaiff y gwaith o ddarparu'r gwasanaeth ei gadw ar gyfer proffesiwn penodol?

Na

III.3.2)

A fydd yn ofynnol i endidau cyfreithiol nodi enwau a chymwysterau proffesiynol y personél a fydd yn gyfrifol am ddarparu'r gwasanaeth?

Na

Adran IV: Gweithdrefn

IV.1)

Math o Weithdrefn


Blwch heb ei dicio Blwch wedi'i dicio
Blwch heb ei dicio Blwch heb ei dicio
Blwch heb ei dicio Blwch heb ei dicio

Cyfiawnhad dros ddewis gweithdrefn gyflym

IV.1.1)

A yw ymgeiswyr wedi'u dewis eisoes?

Na

IV.1.2)

Cyfyngiadau ar nifer y gweithredwyr a gaiff eu gwahodd i dendro neu gymryd rhan

35

Meini prawf gwrthrychol ar gyfer dewis nifer cyfyngedig o ymgeiswyr

Highest 3 scoring submission will be selected, however should more that 3 submission score more that 80 % then the 4th and 5th highest submission will also be invited.

IV.1.3)

Lleihau nifer y gweithredwyr yn ystod y broses negodi neu'r deialog

Blwch heb ei dicio

IV.2)

Meini Prawf Dyfarnu

Na


Ie

Na

IV.2.2)

Defnyddir arwerthiant electronig

Na

IV.3 Gwybodaeth Weinyddol

IV.3.1)

Rhif cyfeirnod a roddwyd i'r hysbysiad gan yr awdurdod contractio

NWFRS21659

IV.3.2)

Cyhoeddiad(au) blaenorol sy'n ymwneud â'r un contract

Blwch heb ei dicio
Blwch heb ei dicio


Cyhoeddiadau blaenorol eraill

IV.3.3)

Amodau ar gyfer cael manylebau a dogfennau ychwanegol



 


IV.3.4)

Terfyn amser ar gyfer derbyn tendrau neu geisiadau i gymryd rhan

  19 - 10 - 2015   12:00

IV.3.5)

Dyddiad yr anfonwyd y gwahoddiadau i dendro neu'r gwahoddiadau i gymryd rhan at ymgeiswyr a ddewiswyd

  04 - 01 - 2016

IV.3.6)

Yr iaith neu'r ieithoedd y gellir ei/eu defnyddio i lunio tendrau neu geisiadau i gymryd rhan

Blwch wedi'i dicio     

IV.3.7)

Isafswm y cyfnod y mae'n rhaid i'r cynigiwr gadw'r tendr 

IV.3.8)

Amodau ar gyfer agor tendrau





Adran VI: Gwybodaeth Arall

VI.1)

Nodwch a yw'r broses gaffael hon yn digwydd yn rheolaidd a rhowch Amcangyfrif o pryd y caiff hysbysiadau pellach eu cyhoeddi


VI.2)

A yw'r contract yn ymwneud â Phrosiect/Rhaglen a ariennir gan Gronfeydd Cymunedol?

Na



VI.3)

Gwybodaeth Ychwanegol

This Procurement if being managed by North Wales Police on behalf of North Wales Fire and Rescue Service.

VI.4)

Gweithdrefnau ar gyfer apelio

VI.4.1)

Corff sy'n gyfrifol am y gweithdrefnau apelio


Head of ICT

Ffordd Salesbury, St Asaph Business Park, St Asaph

Denbighshire

LL17 0JJ

UK

sarah.roberts@nwales-fireservice.org.uk


http://www.nwales-fireservice.org.uk

Corff sy'n gyfrifol am y gweithdrefnau cyfryngu










VI.4.2)

Cyflwyno apeliadau

VI.4.3)

Gwasanaeth y gellir cael gwybodaeth ynglŷn â chyflwyno apeliadau oddi wrtho










VI.5)

Dyddiad yr anfonwyd yr Hysbysiad hwn

  17 - 09 - 2015

Codio

Categorïau nwyddau

ID Teitl Prif gategori
72000000 Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth Gwasanaethau Cyfrifiadurol a Chysylltiedig
72200000 Gwasanaethu rhaglennu meddalwedd ac ymgynghori ar feddalwedd Gwasanaethau TG: ymgynghori, datblygu meddalwedd, y Rhyngrwyd a chymorth

Lleoliadau Dosbarthu

ID Disgrifiad
1013 Conwy a Sir Ddinbych

Cyfyngiadau Rhanbarthol ar y Rhybuddion

Mae’r prynwr wedi cyfyngu’r rhybuddion ar gyfer yr hysbysiad hwn i gyflenwyr yn y rhanbarthau canlynol.

ID Disgrifiad
Nid oes cyfyngiadau ar y rhybuddion ar gyfer yr hysbysiad hwn.

Ynglŷn â'r prynwr

Prif gyswllt:
procurement@nthwales.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.