Contract notice

Information

Cancelled

Date of dispatch of this notice: 11/05/2018

Expire date: 02/08/2018

External Reference: 2018-048621

TED Reference: 2018/S 091-206850

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Police and Crime Commissioner for West Yorkshire
n/a
Ploughland House,
West Yorkshire, WF1 1DL
62 George Street, Wa
UK
NUTS code:  UK -  UNITED KINGDOM
Internet address(es):
I.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=24212&B=BLUELIGHT
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.4)

Type of the contracting authority

Body governed by public law
I.5)

Main activity

Public order and safety

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Provision of an ERP Programme
Reference number:  1428 - 2016
II.1.2)

Main CPV code

48000000  -  Software package and information systems
II.1.3)

Type of contract

Services
II.1.4)

Short description

The Police & Crime Commissioner for West Yorkshire (the “PCC”) is establishing a collaborative Framework Agreement for ERP and Duties Management Solutions, including options for existing Oracle ERP related systems to be migrated to Cloud Services.
This Framework Agreement will be accessible by all UK Police and Fire and Rescue Services (and any future successors to these organisations) with the agreement of the Contracting Authority.
II.1.5)

Estimated total value

Value excluding VAT: 500000000.00  GBP
II.1.6)

Information about lots

This contract is divided into lots: no
II.2)

Description

II.2.2)

Additional CPV code(s)

48000000  -  Software package and information systems
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
II.2.4)

Description of the procurement

Policing in the UK faces a series of challenges as it seeks to modernise, become more efficient and make the most of technology and innovation to respond to current and future demands. In order to respond to this changing landscape West Yorkshire Police (WYP) has embarked upon a far-reaching programme to transform its back office. The ERP programme was initiated on the back of the wider Fusion programme.
The business objectives for the Fusion Programme have been driven by the Chief Operating Team (COT) who have decided that the future Force Target Operating Model has to change primarily for a number of reasons.
A key driver of this transformation programme will be the rationalisation of the IT systems that support this “back office” service provision. These are significant contributors to this improvement agenda, which aims to create as much self-service and business process automation as possible. To drive the transformation West Yorkshire Police (WYP) are searching for a professional supplier to provide an off the shelf ERP solution.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 500000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 120
This contract is subject to renewal: no
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: no
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)

Additional information

Justification for a framework agreement, the duration of which exceeds four years: Due to the technical nature of the procurement and length of time to implement the solution it has been agreed that the framework will be for a period of 6 years with the option to extend for 4 x 12 month periods.
This framework agreement is divided into lots, please refer to the ITT documentation.

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Open procedure
IV.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:  20
In the case of framework agreements, provide justification for any duration exceeding 4 years:  Due to the technical nature of the procurement and length of time to implement the solution it has been agreed that the framework will be for a period of 6 years with an option to extend for 4 x 12 month periods.
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.1)

Previous publication concerning this procedure

Notice number in the OJ S: 2018/S 030-065195
IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  27/07/2018
Local time:  12:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Duration in months : 180  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  27/07/2018
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.4)

Procedures for review

VI.4.1)

Review body

The High Court of England and Wales
7 Rools Buildings, Fetter Lane
London
EC4A 1NL
UK
Internet address: http://www.judiciary.gov.uk

VI.4.2)

Body responsible for mediation procedures

N/A
N/A
UK

VI.4.4)

Service from which information about the review procedure may be obtained

N/A
N/A
UK