Contract notice

Information

Published

Expire date: 01/12/2023

External Reference: 2023-583066

FTS Reference: 2023-031548

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: Erica Atkin
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=74424&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

FRAMEWORK FOR THE SUPPLY OF IT HARDWARE, NETWORKING & SECURITY EQUIPMENT AND COMMERICAL OFF THE SHELF SOFTWARE (COTS)
Reference number:  2821-2022
II.1.2)

Main CPV code

30000000  -  Office and computing machinery, equipment and supplies except furniture and software packages
II.1.3)

Type of contract

Supplies
II.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.
II.1.5)

Estimated total value

Value excluding VAT: 60000000.00  GBP
II.1.6)

Information about lots

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

Description

II.2.2)

Additional CPV code(s)

30200000  -  Computer equipment and supplies
30232000  -  Peripheral equipment
32420000  -  Network equipment
44316400  -  Hardware
48000000  -  Software package and information systems
48821000  -  Network servers
II.2.3)

Place of performance

NUTS code:  UK -  UNITED KINGDOM
Main site or place of performance:  
Leeds
II.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.
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: 60000000.00  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.1.2)

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

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:  3
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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  24/11/2023
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 : 3  (from the date stated for receipt of tender)
IV.2.7)

Conditions for opening of tenders

Date:  24/11/2023
Local time:  12:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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

Regional Procurement
Wakefield
UK

VI.4.4)

Service from which information about the review procedure may be obtained

Regional Procurement
Wakefield
UK