Section one: Contracting authority
one.1) Name and addresses
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
Contact
Gareth Newton
gareth.newton@southyorks.pnn.police.uk
Country
United Kingdom
Region code
UKE4 - West Yorkshire
National registration number
n/a
Internet address(es)
Main address
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=70966&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=70966&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
YatH Body Worn Video Solution Framework Agreement
Reference number
2793-2022
two.1.2) Main CPV code
- 38651000 - Cameras
two.1.3) Type of contract
Supplies
two.1.4) Short description
West Yorkshire Police are seeking to award a Body Worn Video Solution Framework Agreement to a single lot supplier. The framework agreement will be on the behalf of all Yorkshire and the Humber Police forces, and will be awarded for a period of 4 years.
The following forces will be able to put a Call Off Contract in place for a maximum of 5 years, with an option to further extend up to a maximum 5 years (Maximum total of 10 Years).
The West Yorkshire Combined Authority (West Yorkshire Police)
The Police and Crime Commissioner for South Yorkshire
The Police and Crime Commissioner for Humberside
The Police, Fire and Crime Commissioner for North Yorkshire
The Framework will provide a Body Worn Video (BWV) solution, including camera hardware and peripherals/docks, firmware, digital evidence management software and other associated goods and support.
two.1.5) Estimated total value
Value excluding VAT: £20,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30213300 - Desktop computer
- 32323300 - Video equipment
- 32323400 - Video-playback equipment
- 32323500 - Video-surveillance system
- 32333000 - Video recording or reproducing apparatus
- 32333100 - Video recorders
- 32333200 - Video camcorders
- 38651200 - Camera bodies
- 38651600 - Digital cameras
- 44316400 - Hardware
- 51611100 - Hardware installation services
two.2.3) Place of performance
NUTS codes
- UKE4 - West Yorkshire
Main site or place of performance
Leeds
two.2.4) Description of the procurement
West Yorkshire Police are seeking to award a Body Worn Video Solution Framework Agreement to a single lot supplier. The framework agreement will be on the behalf of all Yorkshire and the Humber Police forces, and will be awarded for a period of 4 years.
The following forces will be able to put a Call Off Contract in place for a maximum of 5 years, with an option to further extend up to a maximum 5 years (Maximum total of 10 Years).
The West Yorkshire Combined Authority (West Yorkshire Police)
The Police and Crime Commissioner for South Yorkshire
The Police and Crime Commissioner for Humberside
The Police, Fire and Crime Commissioner for North Yorkshire
The Framework will provide a Body Worn Video (BWV) solution, including camera hardware and peripherals/docks, firmware, digital evidence management software and other associated goods and support.
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: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
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
N/A
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
Please see tender documentation
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
Framework agreement with a single operator
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
31 August 2023
Local time
3:00pm
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: 30 November 2023
four.2.7) Conditions for opening of tenders
Date
31 August 2023
Local time
3:00pm
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