Contract notice

Information

Cancelled

Expire date: 17/02/2016

External Reference: 2016-905589

TED Reference: 2016/S 011-014870

Contract notice

Contract notice

Classic Sector

Directive 2004/18/EC

Supplies

Section I: Contracting authority

I.1)

Name, addresses and contact point(s)

The Police and Crime Commissioner for West Yorkshire
n/a
Ploughland House,
62 George Street  Wakefield, WF1 1DL
UK
For the attention of: Lynne Allen
Telephone: +44 1924294914
E-mail: lynne.allen@southyorks.pnn.police.uk
Internet address(es):
Address of the buyer profile: https://uk.eu-supply.com/ctm/Supplier/CompanyInformation/Index/36335
Electronic access to information: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14545&B=BLUELIGHT
Electronic submission of tenders and requests to participate: https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=14545&B=BLUELIGHT
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from:The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)

Type of the contracting authority

Body governed by public law
I.3)

Main activity

  • Public order and safety
I.4)

Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority:

Provision of a Core Network Infrastructure Upgrade

II.1.2)

Type of contract and location of works, place of delivery or of performance

Supplies
    Purchase
    Main site or location of works, place of delivery or of performance:

    West Yorkshire

    NUTS code
    UNITED KINGDOM
    II.1.3)

    Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

    The notice involves a public contract
    II.1.5)

    Short description of the contract or purchase(s)

    West Yorkshire Police wish to update and upgrade the core Network

    Infrastructure. This tender is to identify potential suppliers who could deliver the

    required solution in upgrading the infrastructure to meet the increasing:

    Capacity, Reliability and Resilience that is essential to support current and future

    requirements.

    There are 2 main Data Centres at Bradford and Wakefield with a 3rd smaller

    centre in another area of Wakefield. The Data Centres are inter-connected by 2

    (diversely routed) 10Gbs fibre circuits, which terminate directly on each of the 4

    core nodes. Both Data Centres run in an active/active or active/standby

    scenario on numerous critical IT systems. Servers are load balanced by a

    mixture of Kemp’s and Cisco ACE load balancers. Both Data Centres act as

    a ‘Virtual Data Centre’ by means of stretching VLANs between the 2 sites.

    WYP deployed an EMC Isilon storage solution and is in the process of rolling out

    an ‘in force’ Elastic Cloud Storage solution (ECS) over 4 sites (3xData Centres

    and 2xDivisions). Isilon replication takes place across the forces Local Area

    Network (LAN)/Wide Area Network (WAN) network between Bradford - Wakefield

    (both ways) and Bradford (both ways). ECS is seen to operate in a similar way.

    A critical area that is heavily dependent on the availability and reliability of WYPs

    main LAN/WAN infrastructure is the force Command and Control system and the

    Integrated Communications and Control System. These support the Customer

    Contact Centre which is responsible for handling all 999 and Non-emergency

    calls and the five District Control rooms that handle Emergency Radio dispatch

    and local call handling. Any disruption to these has a major impact in both

    service delivery and Officer / Public safety. In addition to above, there are

    multiple systems that require 24x7 access to ensure both Officer and Public

    safety, delivering Policing effectiveness utilising multiple systems such as: ANPR,

    Crime recording, Forensics and Custody

    II.1.6)

    Common procurement vocabulary (CPV)

    Main vocabulary
    72700000   Computer network services
    II.1.7)

    Information about Government Procurement Agreement (GPA)

    The contract is covered by the Government Procurement Agreement (GPA):  yes
    II.1.8)

    Lots

    This contract is divided into lots:  no
    II.1.9)

    Information about variants

    Variants will be accepted:  no
    II.2)

    Quantity or scope of the contract

    II.2.1)

    Total quantity or scope:

    Estimated cost excluding VAT
    Range: between  1500000  and 2500000  GBP
    II.2.2)

    Information about options

    Options: no
    II.2.3)

    Information about renewals

    This contract is subject to renewal: no
    II.3)

    Duration of the contract or time limit for completion

    Starting  15. 06. 2016  Completion  14. 06. 2026

    Section III: Legal, economic, financial and technical information

    III.1)

    Conditions relating to the contract

    III.1.4)

    Other particular conditions

    The performance of the contract is subject to particular conditions: no
    III.3)

    Conditions specific to services contracts

    III.3.1)

    Information about a particular profession

    Execution of the service is reserved to a particular profession: no
    III.3.2)

    Staff responsible for the execution of the service

    Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

    Section IV: Procedure

    IV.1)

    Type of procedure

    IV.1.1)

    Type of procedure

    Restricted
    IV.1.2)

    Limitations on the number of operators who will be invited to tender or to participate

    Envisaged number of operators:  5
    IV.2)

    Award criteria

    IV.2.1)

    Award criteria

    The most economically advantageous tender in terms of , the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
    IV.2.2)

    Information about electronic auction

    An electronic auction will be used: no
    IV.3)

    Administrative information

    IV.3.1)

    File reference number attributed by the contracting authority

    2015-1176

    IV.3.2)

    Previous publication(s) concerning the same contract

    no
    IV.3.3)

    Conditions for obtaining specifications and additional documents or descriptive document

    Payable documents: no
    IV.3.4)

    Time limit for receipt of tenders or requests to participate

    17.02.2016 - 14:00
    IV.3.6)

    Language(s) in which tenders or requests to participate may be drawn up

    [Language_EN]

    Section VI: Complementary information

    VI.1)

    Information about recurrence

    This is a recurrent procurement: no
    VI.2)

    Information about European Union funds

    The contract is related to a project and/or programme financed by European Union funds: no
    VI.4)

    Procedures for appeal

    VI.4.1)

    Body responsible for appeal procedures

     

    Body responsible for mediation procedures

    VI.4.2)

    Lodging of appeals

    Precise information on deadline(s) for lodging appeals:

    www.bluelight.gov.uk

    VI.4.3)

    Service from which information about the lodging of appeals may be obtained