- Scope of the procurement
- Lot 1: End User Devices, Peripherals and Associated ICT Ancillary items and Consumables
- Lot 2: Server and Storage Infrastructure and Associated Products and Services
- Lot 3: Networking and Security Equipment and Associated Products and Services
- Lot 4: Commercial Off-The-Shelf Software (COTS)
Section one: Contracting authority
one.1) Name and addresses
West Yorkshire Combined Authority
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
yb.procurement@westyorkshire.police.uk
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
n/a
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
FRAMEWORK AWARDED FOR THE SUPPLY OF IT HARDWARE, NETWORKING & SECURITY EQUIPMENT AND COMMERICAL OFF THE SHELF SOFTWARE (COTS)
Reference number
2821-2022
two.1.2) Main CPV code
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
two.1.3) Type of contract
Supplies
two.1.4) Short description
West Yorkshire Combined Authority HAS AWARDED a framework for the supply of IT Hardware, Networking & Security Equipment, and Commercial Off-The-Shelf Software (COTS).
The 4-year framework commenced on the 01/08/2024 and is available for use by the named authorities.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Lowest offer: £17,500,000 / Highest offer: £60,000,000 taken into consideration
two.2) Description
two.2.1) Title
Lot 1: End User Devices, Peripherals and Associated ICT Ancillary items and Consumables
Lot No
1
two.2.2) Additional CPV code(s)
- 30200000 - Computer equipment and supplies
- 30232000 - Peripheral equipment
- 32420000 - Network equipment
- 44316400 - Hardware
- 48000000 - Software package and information systems
- 48821000 - Network servers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Leeds
two.2.4) Description of the procurement
LOT 1: End User Devices, Peripherals and Associated ICT Ancillary items and Consumables.
The framework is available to access by the West Yorkshire Combined Authority on behalf of itself and the Chief Constable of West Yorkshire, the Police and Crime Commissioner Police, Fire and Crime Commissioner for North Yorkshire on behalf of itself and the Chief Constable of North Yorkshire, for South Yorkshire on behalf of itself and the Chief Constable of South Yorkshire, the Police and Crime Commissioner for Humberside on behalf of itself and the Chief Constable of Humberside, Durham Constabulary (The Office of the Durham Police Crime and Victims Commissioner), the Police and Crime Commissioner for Cleveland on behalf of itself and the Chief Constable of Cleveland and North Yorkshire Fire and Rescue Service (NYFRS), The Police and Crime Commissioner for Northumbria on behalf of itself and the Chief Constable of Northumbria, The Police and Crime Commissioner for Cumbria on behalf of itself and the Chief Constable of Cumbria and the College of Policing.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Sustainability / Weighting: 10%
Price - Weighting: 60%
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
Lot 2: Server and Storage Infrastructure and Associated Products and Services
Lot No
2
two.2.2) Additional CPV code(s)
- 30200000 - Computer equipment and supplies
- 30232000 - Peripheral equipment
- 32420000 - Network equipment
- 44316400 - Hardware
- 48000000 - Software package and information systems
- 48821000 - Network servers
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
LOT 2: Server and Storage Infrastructure and Associated Products and Services.
The framework is available to access by the West Yorkshire Combined Authority on behalf of itself and the Chief Constable of West Yorkshire, the Police and Crime Commissioner Police, Fire and Crime Commissioner for North Yorkshire on behalf of itself and the Chief Constable of North Yorkshire, for South Yorkshire on behalf of itself and the Chief Constable of South Yorkshire, the Police and Crime Commissioner for Humberside on behalf of itself and the Chief Constable of Humberside, Durham Constabulary (The Office of the Durham Police Crime and Victims Commissioner), the Police and Crime Commissioner for Cleveland on behalf of itself and the Chief Constable of Cleveland and North Yorkshire Fire and Rescue Service (NYFRS), The Police and Crime Commissioner for Northumbria on behalf of itself and the Chief Constable of Northumbria, The Police and Crime Commissioner for Cumbria on behalf of itself and the Chief Constable of Cumbria and the College of Policing.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Sustainability / Weighting: 10%
Price - Weighting: 60%
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
Lot 3: Networking and Security Equipment and Associated Products and Services
Lot No
3
two.2.2) Additional CPV code(s)
- 30200000 - Computer equipment and supplies
- 30232000 - Peripheral equipment
- 32420000 - Network equipment
- 44316400 - Hardware
- 48000000 - Software package and information systems
- 48821000 - Network servers
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
LOT 3: Networking and Security Equipment and Associated Products and Services.
The framework is available to access by the West Yorkshire Combined Authority on behalf of itself and the Chief Constable of West Yorkshire, the Police and Crime Commissioner Police, Fire and Crime Commissioner for North Yorkshire on behalf of itself and the Chief Constable of North Yorkshire, for South Yorkshire on behalf of itself and the Chief Constable of South Yorkshire, the Police and Crime Commissioner for Humberside on behalf of itself and the Chief Constable of Humberside, Durham Constabulary (The Office of the Durham Police Crime and Victims Commissioner), the Police and Crime Commissioner for Cleveland on behalf of itself and the Chief Constable of Cleveland and North Yorkshire Fire and Rescue Service (NYFRS), The Police and Crime Commissioner for Northumbria on behalf of itself and the Chief Constable of Northumbria, The Police and Crime Commissioner for Cumbria on behalf of itself and the Chief Constable of Cumbria and the College of Policing.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30%
Quality criterion - Name: Sustainability / Weighting: 10%
Price - Weighting: 60%
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
Lot 4: Commercial Off-The-Shelf Software (COTS)
Lot No
4
two.2.2) Additional CPV code(s)
- 30200000 - Computer equipment and supplies
- 30232000 - Peripheral equipment
- 32420000 - Network equipment
- 44316400 - Hardware
- 48000000 - Software package and information systems
- 48821000 - Network servers
two.2.3) Place of performance
NUTS codes
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
LOT 4: Commercial Off-The-Shelf Software (COTS)
The framework is available to access by the West Yorkshire Combined Authority on behalf of itself and the Chief Constable of West Yorkshire, the Police and Crime Commissioner Police, Fire and Crime Commissioner for North Yorkshire on behalf of itself and the Chief Constable of North Yorkshire, for South Yorkshire on behalf of itself and the Chief Constable of South Yorkshire, the Police and Crime Commissioner for Humberside on behalf of itself and the Chief Constable of Humberside, Durham Constabulary (The Office of the Durham Police Crime and Victims Commissioner), the Police and Crime Commissioner for Cleveland on behalf of itself and the Chief Constable of Cleveland and North Yorkshire Fire and Rescue Service (NYFRS), The Police and Crime Commissioner for Northumbria on behalf of itself and the Chief Constable of Northumbria, The Police and Crime Commissioner for Cumbria on behalf of itself and the Chief Constable of Cumbria and the College of Policing.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 25%
Quality criterion - Name: Sustainability / Weighting: 10%
Price - Weighting: 65%
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: 2023/S 000-031548
four.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice
Section five. Award of contract
Contract No
2821-2022
Lot No
Lot 1
Title
Lot 1: End User Devices, Peripherals and Associated ICT Ancillary Items and Consumables
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 July 2024
five.2.2) Information about tenders
Number of tenders received: 15
Number of tenders received by electronic means: 15
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Computacenter (UK) Limited
Hatfield Business Park
Hatfield
AL10 9TW
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01584718
The contractor is an SME
No
five.2.3) Name and address of the contractor
Insight Direct (UK) Ltd
St Paul's Place
Sheffield
S1 2JF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02579852
The contractor is an SME
No
five.2.3) Name and address of the contractor
Softcat Plc
Fieldhouse Way
Marlow
SL7 1LW
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02174990
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £4,500,000 / Highest offer: £20,000,000 taken into consideration
Section five. Award of contract
Contract No
2821-2022
Lot No
2
Title
Lot 2: Server and Storage Infrastructure and Associated Products and Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 July 2024
five.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Computacenter (UK) Ltd
Hatfield Business Park
Hatfield
AL10 9TW
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01584718
The contractor is an SME
No
five.2.3) Name and address of the contractor
Insight Direct (UK) Ltd
St Paul's Place
Sheffield
S1 2JF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02579852
The contractor is an SME
No
five.2.3) Name and address of the contractor
Softcat Plc
Fieldhouse Way
Marlow
SL7 1LW
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02174990
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £3,500,000 / Highest offer: £10,000,000 taken into consideration
Section five. Award of contract
Contract No
2821-2022
Lot No
3
Title
Lot 3: Networking and Security Equipment and Associated Products and Services
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 July 2024
five.2.2) Information about tenders
Number of tenders received: 13
Number of tenders received by electronic means: 13
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Computacenter (UK) Limited
Hatfield Business Park
Hatfield
AL10 9TW
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01584718
The contractor is an SME
No
five.2.3) Name and address of the contractor
Insight Direct (UK) Ltd
St Paul's Place
Sheffield
S1 2JF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02579852
The contractor is an SME
No
five.2.3) Name and address of the contractor
Softcat Plc
Fieldhouse Way
Marlow
SL7 1LW
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02174990
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £2,000,000 / Highest offer: £10,000,000 taken into consideration
Section five. Award of contract
Contract No
2821-2022
Lot No
4
Title
Lot 4: Commercial Off-The-Shelf Software (COTS)
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
31 July 2024
five.2.2) Information about tenders
Number of tenders received: 11
Number of tenders received by electronic means: 11
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Computacenter (UK) Limited
Hatfield Business Park
Hatfield
AL10 9TW
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
01584718
The contractor is an SME
No
five.2.3) Name and address of the contractor
Insight Direct (UK) Ltd
St Paul's Place
Sheffield
S1 2JF
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02579852
The contractor is an SME
No
five.2.3) Name and address of the contractor
Phoenix Software Ltd
Randalls Way
Leatherhead
KT22 7TW
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
02548628
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £7,500,000 / Highest offer: £20,000,000 taken into consideration
Section six. Complementary information
six.3) Additional information
Framework Commencement Date: 01 August 2024
Framework End Date: 31 July 2028
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