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
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