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
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
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