Tender

FRAMEWORK FOR THE SUPPLY OF IT HARDWARE, NETWORKING & SECURITY EQUIPMENT AND COMMERICAL OFF THE SHELF SOFTWARE (COTS)

  • West Yorkshire Combined Authority

F02: Contract notice

Notice identifier: 2023/S 000-031548

Procurement identifier (OCID): ocds-h6vhtk-040f12

Published 26 October 2023, 12:35am



The closing date and time has been changed to:

1 December 2023, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

West Yorkshire Combined Authority

Wellington House, 40-50 Wellington Street

Leeds

LS1 2DE

Contact

Erica Atkin

Email

erica.atkin@southyorks.pnn.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.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=74424&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=74424&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

FRAMEWORK 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 is establishing a framework arrangement for a period of 4 years. The framework will be established with multiple suppliers over 4 lots for the supply of IT Hardware, server & storage, Networking & Security and Commercial off the Shelf Software (COTS) Please note that this is not an exhaustive list, please refer to the procurement documentation.

two.1.5) Estimated total value

Value excluding VAT: £60,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 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

West Yorkshire Combined Authority is establishing a framework arrangement for a period of 4 years. The framework will be established with multiple suppliers over 4 lots for the supply of IT Hardware, server & storage, Networking & Security and Commercial off the Shelf Software (COTS) Please note that this is not an exhaustive list, please refer to the procurement documentation. The framework will be 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) and 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 College of Policing. . Interested suppliers should note that the statement of requirements has been created based upon the West Yorkshire Police (WYP) requirements. Participating authorities shall create their own Call Off Contracts based on their individual needs. Further information can be obtained within the tender pack, bidders are encouraged to ensure they understand all aspects of the tender pack prior to submitting a bid.

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: £60,000,000

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.1.2) 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


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 several operators

Envisaged maximum number of participants to the framework agreement: 3

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

Originally published as:

Date

24 November 2023

Local time

12:00pm

Changed to:

Date

1 December 2023

Local time

12:00pm

See the change notice.

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

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 November 2023

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

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

six.4.2) Body responsible for mediation procedures

Regional Procurement

Wakefield

Country

United Kingdom

six.4.4) Service from which information about the review procedure may be obtained

Regional Procurement

Wakefield

Country

United Kingdom