Tender

YatH Body Worn Video Solution Framework Agreement

  • West Yorkshire Combined Authority

F02: Contract notice

Notice identifier: 2023/S 000-021016

Procurement identifier (OCID): ocds-h6vhtk-03e400

Published 20 July 2023, 5:21pm



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

Email

gareth.newton@southyorks.pnn.police.uk

Country

United Kingdom

Region code

UKE4 - West Yorkshire

National registration number

n/a

Internet address(es)

Main address

https://uk.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=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

Internet address

http://www.judiciary.gov.uk