Section one: Contracting authority
one.1) Name and addresses
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
procurement@southyorks.pnn.police.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://bluelight.eu-supply.com/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Power and Data Works Framework
Reference number
2200-2020
two.1.2) Main CPV code
- 45310000 - Electrical installation work
two.1.3) Type of contract
Works
two.1.4) Short description
West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The Framework Agreement will be tendered in 5 separate Lots.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £27,934,000
two.2) Description
two.2.1) Title
West Yorkshire
Lot No
1
two.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 45300000 - Building installation work
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The requirement will be tendered in 5 separate Lots. The Contracting Authorities associated with each Lot are noted within brackets:
.
- Lot 1 – West Yorkshire (West Yorkshire Combined Authority for and on behalf of itself and the Chief Constable of West Yorkshire Police; West Yorkshire Fire and Rescue Authority)
.
The type, size, complexity and value of Works will vary. Typically, it will consist of, but not be limited to, the following:-
.
• Installation of or extension of lighting points using new or existing circuits.
• Installation of or extension of extra general power point using new or existing circuits.
• Upgrade of internal or exterior lighting and associated energy efficient controls.
• Installation of suspended ceilings to incorporate new lighting schemes.
• Installation and extension of emergency lighting systems.
• Installation and upgrade of main incoming and sub-distribution boards and associated cabling.
• Installation of emergency essential backed supplies and associated generator and uninterrupted power supplies (UPS).
• Rewire of buildings.
• Expand existing fire alarm detection.
• Upgrade or replacement of fire alarm and gas suppression systems.
• Supply or installation, or both, of additional or new data or WIFI infrastructure, including associated structured copper or fibre cabling and network cabinets.
• New installation or expansion of existing audible, disabled or panic affray alarm systems.
• Expansion of existing or new television and satellite installations.
• Installation of voice activated call systems.
• Cable management systems and associated cabling in connection with all aspects of the scope of Works and other specialist trades.
• Installation of ventilation equipment.
• Installation of environmental control and monitoring systems within Data Centres.
• Expansion of existing or new Installation and commissioning of energy efficient building management systems , sub-metering and associated controls.
• Supply and installation of power surge protection and upgrade of lightning protection systems.
• Supply and installation of CCTV systems.
• Supply and installation of passenger lifts.
• Supply and installation of building intruder alarm systems.
• Supply and provision of electrical energy efficient carbon reduction sustainability technologies including but not limited to solar PV installations and electric vehicle charging stations.
• Associated builder’s work to enable any of the above.
• Any associated works, services or goods that may reasonably be required as part of a project, as determined by the Customer.
• The Contractor is also responsible for the complete reinstatement / making good to both building fabric and décor in connection with the new and redundant installations
• Managing the supply chain and nominated sub-contractors as detailed.
• Turnkey provision and management of design services to support the delivery of Power and Data Works on a design and build basis.
• Design services.
two.2.5) Award criteria
Quality criterion - Name: Technical Questions / Weighting: 45
Price - Weighting: 55
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
South Yorkshire
Lot No
2
two.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 45300000 - Building installation work
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The requirement will be tendered in 5 separate Lots. The Contracting Authorities associated with each Lot are noted within brackets:
.
- Lot 2 – South Yorkshire (The Police and Crime Commissioner for South Yorkshire for and on behalf of itself and the Chief Constable of South Yorkshire Police; South Yorkshire Fire & Rescue Authority)
.
The type, size, complexity and value of Works will vary. Typically, it will consist of, but not be limited to, the following:-
.
• Installation of or extension of lighting points using new or existing circuits.
• Installation of or extension of extra general power point using new or existing circuits.
• Upgrade of internal or exterior lighting and associated energy efficient controls.
• Installation of suspended ceilings to incorporate new lighting schemes.
• Installation and extension of emergency lighting systems.
• Installation and upgrade of main incoming and sub-distribution boards and associated cabling.
• Installation of emergency essential backed supplies and associated generator and uninterrupted power supplies (UPS).
• Rewire of buildings.
• Expand existing fire alarm detection.
• Upgrade or replacement of fire alarm and gas suppression systems.
• Supply or installation, or both, of additional or new data or WIFI infrastructure, including associated structured copper or fibre cabling and network cabinets.
• New installation or expansion of existing audible, disabled or panic affray alarm systems.
• Expansion of existing or new television and satellite installations.
• Installation of voice activated call systems.
• Cable management systems and associated cabling in connection with all aspects of the scope of Works and other specialist trades.
• Installation of ventilation equipment.
• Installation of environmental control and monitoring systems within Data Centres.
• Expansion of existing or new Installation and commissioning of energy efficient building management systems , sub-metering and associated controls.
• Supply and installation of power surge protection and upgrade of lightning protection systems.
• Supply and installation of CCTV systems.
• Supply and installation of passenger lifts.
• Supply and installation of building intruder alarm systems.
• Supply and provision of electrical energy efficient carbon reduction sustainability technologies including but not limited to solar PV installations and electric vehicle charging stations.
• Associated builder’s work to enable any of the above.
• Any associated works, services or goods that may reasonably be required as part of a project, as determined by the Customer.
• The Contractor is also responsible for the complete reinstatement / making good to both building fabric and décor in connection with the new and redundant installations
• Managing the supply chain and nominated sub-contractors as detailed.
• Turnkey provision and management of design services to support the delivery of Power and Data Works on a design and build basis.
• Design services.
two.2.5) Award criteria
Quality criterion - Name: Technical Questions / Weighting: 45
Price - Weighting: 55
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
North Yorkshire
Lot No
3
two.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 45300000 - Building installation work
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The requirement will be tendered in 5 separate Lots. The Contracting Authorities associated with each Lot are noted within brackets:
.
- Lot 3 – North Yorkshire (The Police, Fire, and Crime Commissioner for North Yorkshire for and on behalf of itself and the Chief Constable of North Yorkshire Police; The North Yorkshire Police, Fire and Crime Commissioner Fire and Rescue Authority for and on behalf of itself and the Chief Fire Officer of North Yorkshire Fire & Rescue Authority)
.
The type, size, complexity and value of Works will vary. Typically, it will consist of, but not be limited to, the following:-
.
• Installation of or extension of lighting points using new or existing circuits.
• Installation of or extension of extra general power point using new or existing circuits.
• Upgrade of internal or exterior lighting and associated energy efficient controls.
• Installation of suspended ceilings to incorporate new lighting schemes.
• Installation and extension of emergency lighting systems.
• Installation and upgrade of main incoming and sub-distribution boards and associated cabling.
• Installation of emergency essential backed supplies and associated generator and uninterrupted power supplies (UPS).
• Rewire of buildings.
• Expand existing fire alarm detection.
• Upgrade or replacement of fire alarm and gas suppression systems.
• Supply or installation, or both, of additional or new data or WIFI infrastructure, including associated structured copper or fibre cabling and network cabinets.
• New installation or expansion of existing audible, disabled or panic affray alarm systems.
• Expansion of existing or new television and satellite installations.
• Installation of voice activated call systems.
• Cable management systems and associated cabling in connection with all aspects of the scope of Works and other specialist trades.
• Installation of ventilation equipment.
• Installation of environmental control and monitoring systems within Data Centres.
• Expansion of existing or new Installation and commissioning of energy efficient building management systems , sub-metering and associated controls.
• Supply and installation of power surge protection and upgrade of lightning protection systems.
• Supply and installation of CCTV systems.
• Supply and installation of passenger lifts.
• Supply and installation of building intruder alarm systems.
• Supply and provision of electrical energy efficient carbon reduction sustainability technologies including but not limited to solar PV installations and electric vehicle charging stations.
• Associated builder’s work to enable any of the above.
• Any associated works, services or goods that may reasonably be required as part of a project, as determined by the Customer.
• The Contractor is also responsible for the complete reinstatement / making good to both building fabric and décor in connection with the new and redundant installations
• Managing the supply chain and nominated sub-contractors as detailed.
• Turnkey provision and management of design services to support the delivery of Power and Data Works on a design and build basis.
• Design services.
two.2.5) Award criteria
Quality criterion - Name: Technical Questions / Weighting: 45
Price - Weighting: 55
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
North East
Lot No
4
two.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 45300000 - Building installation work
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
- UKC - North East (England)
two.2.4) Description of the procurement
West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The requirement will be tendered in 5 separate Lots. The Contracting Authorities associated with each Lot are noted within brackets:
.
- Lot 4 - North East (The Police and Crime Commissioner for Cleveland for and on behalf of itself and the Chief Constable of Cleveland Police; The Durham Police and Crime Commissioner for and on behalf of itself and the Chief Constable of Durham Constabulary)
.
The type, size, complexity and value of Works will vary. Typically, it will consist of, but not be limited to, the following:-
.
• Installation of or extension of lighting points using new or existing circuits.
• Installation of or extension of extra general power point using new or existing circuits.
• Upgrade of internal or exterior lighting and associated energy efficient controls.
• Installation of suspended ceilings to incorporate new lighting schemes.
• Installation and extension of emergency lighting systems.
• Installation and upgrade of main incoming and sub-distribution boards and associated cabling.
• Installation of emergency essential backed supplies and associated generator and uninterrupted power supplies (UPS).
• Rewire of buildings.
• Expand existing fire alarm detection.
• Upgrade or replacement of fire alarm and gas suppression systems.
• Supply or installation, or both, of additional or new data or WIFI infrastructure, including associated structured copper or fibre cabling and network cabinets.
• New installation or expansion of existing audible, disabled or panic affray alarm systems.
• Expansion of existing or new television and satellite installations.
• Installation of voice activated call systems.
• Cable management systems and associated cabling in connection with all aspects of the scope of Works and other specialist trades.
• Installation of ventilation equipment.
• Installation of environmental control and monitoring systems within Data Centres.
• Expansion of existing or new Installation and commissioning of energy efficient building management systems , sub-metering and associated controls.
• Supply and installation of power surge protection and upgrade of lightning protection systems.
• Supply and installation of CCTV systems.
• Supply and installation of passenger lifts.
• Supply and installation of building intruder alarm systems.
• Supply and provision of electrical energy efficient carbon reduction sustainability technologies including but not limited to solar PV installations and electric vehicle charging stations.
• Associated builder’s work to enable any of the above.
• Any associated works, services or goods that may reasonably be required as part of a project, as determined by the Customer.
• The Contractor is also responsible for the complete reinstatement / making good to both building fabric and décor in connection with the new and redundant installations
• Managing the supply chain and nominated sub-contractors as detailed.
• Turnkey provision and management of design services to support the delivery of Power and Data Works on a design and build basis.
• Design services.
two.2.5) Award criteria
Quality criterion - Name: Technical Questions / Weighting: 45
Price - Weighting: 55
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Yorkshire Ambulance Service
Lot No
5
two.2.2) Additional CPV code(s)
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 45000000 - Construction work
- 45300000 - Building installation work
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The requirement will be tendered in 5 separate Lots. The Contracting Authorities associated with each Lot are noted within brackets:
.
- Lot 5 – Yorkshire Ambulance Service (Yorkshire Ambulance Service NHS Trust)
.
The type, size, complexity and value of Works will vary. Typically, it will consist of, but not be limited to, the following:-
.
• Installation of or extension of lighting points using new or existing circuits.
• Installation of or extension of extra general power point using new or existing circuits.
• Upgrade of internal or exterior lighting and associated energy efficient controls.
• Installation of suspended ceilings to incorporate new lighting schemes.
• Installation and extension of emergency lighting systems.
• Installation and upgrade of main incoming and sub-distribution boards and associated cabling.
• Installation of emergency essential backed supplies and associated generator and uninterrupted power supplies (UPS).
• Rewire of buildings.
• Expand existing fire alarm detection.
• Upgrade or replacement of fire alarm and gas suppression systems.
• Supply or installation, or both, of additional or new data or WIFI infrastructure, including associated structured copper or fibre cabling and network cabinets.
• New installation or expansion of existing audible, disabled or panic affray alarm systems.
• Expansion of existing or new television and satellite installations.
• Installation of voice activated call systems.
• Cable management systems and associated cabling in connection with all aspects of the scope of Works and other specialist trades.
• Installation of ventilation equipment.
• Installation of environmental control and monitoring systems within Data Centres.
• Expansion of existing or new Installation and commissioning of energy efficient building management systems , sub-metering and associated controls.
• Supply and installation of power surge protection and upgrade of lightning protection systems.
• Supply and installation of CCTV systems.
• Supply and installation of passenger lifts.
• Supply and installation of building intruder alarm systems.
• Supply and provision of electrical energy efficient carbon reduction sustainability technologies including but not limited to solar PV installations and electric vehicle charging stations.
• Associated builder’s work to enable any of the above.
• Any associated works, services or goods that may reasonably be required as part of a project, as determined by the Customer.
• The Contractor is also responsible for the complete reinstatement / making good to both building fabric and décor in connection with the new and redundant installations
• Managing the supply chain and nominated sub-contractors as detailed.
• Turnkey provision and management of design services to support the delivery of Power and Data Works on a design and build basis.
• Design services.
two.2.5) Award criteria
Quality criterion - Name: Technical Questions / Weighting: 45
Price - Weighting: 55
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-031009
Section five. Award of contract
Lot No
1
Title
Power and Data Works Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2023
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Norse Commercial Services Ltd
280 Fifers Lane
Norwich
NR66EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £7,000,000
Section five. Award of contract
Lot No
2
Title
Power and Data Works Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2023
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Norse Commercial Services Ltd
280 Fifers Lane
Norwich
NR66EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £16,500,000
Section five. Award of contract
Lot No
3
Title
Power and Data Works Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2023
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Norse Commercial Services Ltd
280 Fifers Lane
Norwich
NR66EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £525,000
Section five. Award of contract
Lot No
4
Title
Power and Data Works Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2023
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Norse Commercial Services Ltd
280 Fifers Lane
Norwich
NR66EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £3,309,000
Section five. Award of contract
Lot No
5
Title
Power and Data Works Framework
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 May 2023
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Norse Commercial Services Ltd
280 Fifers Lane
Norwich
NR66EQ
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £600,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
CEDR
London
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
Regional Procurement for Yorkshire and the Humber Police
Sheffield
Country
United Kingdom