Tender

Business Re-Engineering Programme Provider

  • West Yorkshire Combined Authority

F02: Contract notice

Notice identifier: 2021/S 000-018291

Procurement identifier (OCID): ocds-h6vhtk-02cee1

Published 30 July 2021, 3:38pm



Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington St.

Leeds, West Yorkshire,

LS1 2DE

Contact

David Holbrook

Email

david.holbrook@southyorks.pnn.police.uk

Country

United Kingdom

NUTS code

UKE - Yorkshire and the Humber

National registration number

n/a

Internet address(es)

Main address

https://bluelight.eu-supply.com/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38599&B=BLUELIGHT

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=38599&B=BLUELIGHT

Tenders or requests to participate must be submitted to the above-mentioned address

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

Business Re-Engineering Programme Provider

Reference number

2407-2021

two.1.2) Main CPV code

  • 72000000 - IT services: consulting, software development, Internet and support

two.1.3) Type of contract

Services

two.1.4) Short description

In 2018 West Yorkshire Police (WYP) embarked on the procurement of an ERP solution to replace several of the existing technology solutions. As part of the procurement some work was undertaken to examine the existing administrative & functional processes at a high level to identify requirements for the new ERP solution. Unfortunately the option to pursue an ERP solution became unaffordable in the financial climate & it was decided to persevere with the existing solutions, albeit upgraded to more modern versions at lower cost. While WYP has embraced technology from an operational perspective, there is little or no self-service capability utilised in administrative & support functions, there remains a significant amount of resource expended on “back office” administration and processes.

As a result of this WYP are seeking external support to review the current position & make recommendations for re-engineering the processes as well as use & administration of the systems themselves.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 72000000 - IT services: consulting, software development, Internet and support

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
Main site or place of performance

West Yorkshire

two.2.4) Description of the procurement

In 2018 West Yorkshire Police (WYP) embarked on the procurement of an ERP solution to replace several of the existing technology solutions. As part of the procurement some work was undertaken to examine the existing administrative and functional processes at a high level to identify requirements for the new ERP solution.

Unfortunately the option to pursue an ERP solution became unaffordable in the financial climate and so it was decided to persevere with the existing solutions, albeit upgraded to more modern versions at lower cost.

While the Force has embraced technology from an operational perspective there is little or no self-service capability utilised in administrative and support functions, Digital Policing excepted, and there remains a significant amount of resource expended on “back office” administration and processes.

As a result of this the force are seeking external support to review the current position and make recommendations for re-engineering the processes as well as use and administration of the systems themselves.

The procurement will be conducted in accordance with the Restricted Procedure under the Public Contract Regulations 2015 (“the Regulations”).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £500,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Description of conditions is in the tender documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Description of conditions is in the tender documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

23 August 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 22 December 2021


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

http://www.judiciary.gov.uk