By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

The Provision of a Telematics and Deployment Solution.

Contract notice

Supplies

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Police and Crime Commissioner for Dyfed-Powys
Police Headquarters, PO Box 99, Llangunnor
Contact point(s): Procurement
For the attention of: Kirsten Tucker
SA31 2PF Carmarthen
UNITED KINGDOM
Telephone: +44 1267226204

Internet address(es):

General address of the contracting authority: http://www.dyfed-powys.police.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0385

Electronic access to information: www.etenderwales.bravosolution.co.uk

Electronic submission of tenders and requests to participate: www.etenderwales.bravosolution.co.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Public order and safety
I.4)Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes

Police and Crime Commissioner for Gwent

Police and Crime Commissioner for South Wales

Police and Crime Commissioner for North Wales

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
The Provision of a Telematics and Deployment Solution.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase
Main site or location of works, place of delivery or of performance: Wales.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Police and Crime Commissioner for Dyfed Powys require potential suppliers to respond to this ITT for a telematics and deployment solution, identifying how they can assist the organisation in delivering its Police and Crime Plan and achieving the expected operational and financial benefits. The proposed solution should be specified from a perspective that the successful supplier will be providing a complete solution to include:
all associated hardware, and any fitting costs
all associated software
initial training
interfaces
consultancy
support (implementation, rollout and after sales support)
data migration
upgrades and consultancy as required with other suppliers (these may include Steria for Storm, APD for Tetra Gateway (TGW) and Cortex) to ensure full integration with our existing systems
any other associated services required for a successful deployment of the technology
configuration of the backhaul of data over 3G/4G, a potential for multi-telcos SIM cards, associated car mount antennas and the sizing and scoping of the actual data channel from vehicle to data centre

Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=30548

II.1.6)Common procurement vocabulary (CPV)

32441300, 64226000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:

For the full scope of the requirement, please log onto www.etenderwales.bravosolution.co.uk and search for itt_48777

Estimated value excluding VAT: 375 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract will be awarded for a period of 3 years with up to 2 annual extension.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DPP/15/07
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2015/S 87-157004 of 6.5.2015

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 14.8.2015
IV.3.4)Time limit for receipt of tenders or requests to participate
14.8.2015 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information

To access tender documents, please log onto www.etenderwales.bravosolution.co.uk and search for itt_48777

(WA Ref:30548).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
16.7.2015