Contract notice

Information

Published

Expire date: 31/08/2023

External Reference: 2023-559322

FTS Reference: 2023-021016

Contract notice

Contract notice

Section I: Contracting authority

I.1)

Name and addresses

West Yorkshire Combined Authority
n/a
Wellington House, 40-50 Wellington Street
Leeds
LS1 2DE
UK
Contact person: Gareth Newton
NUTS code:  UKE4 -  West Yorkshire
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=70966&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

YatH Body Worn Video Solution Framework Agreement
Reference number:  2793-2022
II.1.2)

Main CPV code

38651000  -  Cameras
II.1.3)

Type of contract

Supplies
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 20000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

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
II.2.3)

Place of performance

NUTS code:  UKE4 -  West Yorkshire
Main site or place of performance:  
Leeds
II.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.
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: 20000000.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48
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

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.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
III.1.2)

Economic and financial standing

Selection criteria as stated in the procurement documents
III.1.3)

Technical and professional ability

Selection criteria as stated in the procurement documents
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please see tender documentation

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 a single operator
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : no
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  31/08/2023
Local time:  15:00
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

Tender must be valid until:  30/11/2023
IV.2.7)

Conditions for opening of tenders

Date:  31/08/2023
Local time:  15:00

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