CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-031009/EN)
Nature of contract: Public works contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Works

Section I: Contracting authority
I.1) Name and addresses
Official name: West Yorkshire Combined Authority
Postal address: Wellington House, 40-50 Wellington Street
Town: Leeds
Postal code: LS1 2DE
Country: United Kingdom
Email: procurement@southyorks.pnn.police.uk
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Public order and saftey

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Power and Data Works Framework

Reference number: 2200-2020
II.1.2) Main CPV code: 45310000
II.1.3) Type of contract: Works
II.1.4) Short Description: West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The Framework Agreement will be tendered in 5 separate Lots.
II.1.5) Estimated total value:
Value excluding VAT: 27934000.00 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title: West Yorkshire

Lot No:1
II.2.2) Additional CPV code(s)
44000000, 45000000, 45300000, 71000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The requirement will be tendered in 5 separate Lots. The Contracting Authorities associated with each Lot are noted within brackets:
.
– Lot 1 – West Yorkshire (West Yorkshire Combined Authority for and on behalf of itself and the Chief Constable of West Yorkshire Police; West Yorkshire Fire and Rescue Authority)
.
The type, size, complexity and value of Works will vary. Typically, it will consist of, but not be limited to, the following:-
.
• Installation of or extension of lighting points using new or existing circuits.
• Installation of or extension of extra general power point using new or existing circuits.
• Upgrade of internal or exterior lighting and associated energy efficient controls.
• Installation of suspended ceilings to incorporate new lighting schemes.
• Installation and extension of emergency lighting systems.
• Installation and upgrade of main incoming and sub-distribution boards and associated cabling.
• Installation of emergency essential backed supplies and associated generator and uninterrupted power supplies (UPS).
• Rewire of buildings.
• Expand existing fire alarm detection.
• Upgrade or replacement of fire alarm and gas suppression systems.
• Supply or installation, or both, of additional or new data or WIFI infrastructure, including associated structured copper or fibre cabling and network cabinets.
• New installation or expansion of existing audible, disabled or panic affray alarm systems.
• Expansion of existing or new television and satellite installations.
• Installation of voice activated call systems.
• Cable management systems and associated cabling in connection with all aspects of the scope of Works and other specialist trades.
• Installation of ventilation equipment.
• Installation of environmental control and monitoring systems within Data Centres.
• Expansion of existing or new Installation and commissioning of energy efficient building management systems , sub-metering and associated controls.
• Supply and installation of power surge protection and upgrade of lightning protection systems.
• Supply and installation of CCTV systems.
• Supply and installation of passenger lifts.
• Supply and installation of building intruder alarm systems.
• Supply and provision of electrical energy efficient carbon reduction sustainability technologies including but not limited to solar PV installations and electric vehicle charging stations.
• Associated builder’s work to enable any of the above.
• Any associated works, services or goods that may reasonably be required as part of a project, as determined by the Customer.
• The Contractor is also responsible for the complete reinstatement / making good to both building fabric and décor in connection with the new and redundant installations
• Managing the supply chain and nominated sub-contractors as detailed.
• Turnkey provision and management of design services to support the delivery of Power and Data Works on a design and build basis.
• Design services.
II.2.5) Award criteria

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.2.9) Information about the limits on the number of candidates to be invited
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.2.1) Title: South Yorkshire

Lot No:2
II.2.2) Additional CPV code(s)
44000000, 45000000, 45300000, 71000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The requirement will be tendered in 5 separate Lots. The Contracting Authorities associated with each Lot are noted within brackets:
.
– Lot 2 – South Yorkshire (The Police and Crime Commissioner for South Yorkshire for and on behalf of itself and the Chief Constable of South Yorkshire Police; South Yorkshire Fire & Rescue Authority)
.
The type, size, complexity and value of Works will vary. Typically, it will consist of, but not be limited to, the following:-
.
• Installation of or extension of lighting points using new or existing circuits.
• Installation of or extension of extra general power point using new or existing circuits.
• Upgrade of internal or exterior lighting and associated energy efficient controls.
• Installation of suspended ceilings to incorporate new lighting schemes.
• Installation and extension of emergency lighting systems.
• Installation and upgrade of main incoming and sub-distribution boards and associated cabling.
• Installation of emergency essential backed supplies and associated generator and uninterrupted power supplies (UPS).
• Rewire of buildings.
• Expand existing fire alarm detection.
• Upgrade or replacement of fire alarm and gas suppression systems.
• Supply or installation, or both, of additional or new data or WIFI infrastructure, including associated structured copper or fibre cabling and network cabinets.
• New installation or expansion of existing audible, disabled or panic affray alarm systems.
• Expansion of existing or new television and satellite installations.
• Installation of voice activated call systems.
• Cable management systems and associated cabling in connection with all aspects of the scope of Works and other specialist trades.
• Installation of ventilation equipment.
• Installation of environmental control and monitoring systems within Data Centres.
• Expansion of existing or new Installation and commissioning of energy efficient building management systems , sub-metering and associated controls.
• Supply and installation of power surge protection and upgrade of lightning protection systems.
• Supply and installation of CCTV systems.
• Supply and installation of passenger lifts.
• Supply and installation of building intruder alarm systems.
• Supply and provision of electrical energy efficient carbon reduction sustainability technologies including but not limited to solar PV installations and electric vehicle charging stations.
• Associated builder’s work to enable any of the above.
• Any associated works, services or goods that may reasonably be required as part of a project, as determined by the Customer.
• The Contractor is also responsible for the complete reinstatement / making good to both building fabric and décor in connection with the new and redundant installations
• Managing the supply chain and nominated sub-contractors as detailed.
• Turnkey provision and management of design services to support the delivery of Power and Data Works on a design and build basis.
• Design services.
II.2.5) Award criteria

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.2.9) Information about the limits on the number of candidates to be invited
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.2.1) Title: North Yorkshire

Lot No:3
II.2.2) Additional CPV code(s)
44000000, 45000000, 45300000, 71000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The requirement will be tendered in 5 separate Lots. The Contracting Authorities associated with each Lot are noted within brackets:
.
– Lot 3 – North Yorkshire (The Police, Fire, and Crime Commissioner for North Yorkshire for and on behalf of itself and the Chief Constable of North Yorkshire Police; The North Yorkshire Police, Fire and Crime Commissioner Fire and Rescue Authority for and on behalf of itself and the Chief Fire Officer of North Yorkshire Fire & Rescue Authority)
.
The type, size, complexity and value of Works will vary. Typically, it will consist of, but not be limited to, the following:-
.
• Installation of or extension of lighting points using new or existing circuits.
• Installation of or extension of extra general power point using new or existing circuits.
• Upgrade of internal or exterior lighting and associated energy efficient controls.
• Installation of suspended ceilings to incorporate new lighting schemes.
• Installation and extension of emergency lighting systems.
• Installation and upgrade of main incoming and sub-distribution boards and associated cabling.
• Installation of emergency essential backed supplies and associated generator and uninterrupted power supplies (UPS).
• Rewire of buildings.
• Expand existing fire alarm detection.
• Upgrade or replacement of fire alarm and gas suppression systems.
• Supply or installation, or both, of additional or new data or WIFI infrastructure, including associated structured copper or fibre cabling and network cabinets.
• New installation or expansion of existing audible, disabled or panic affray alarm systems.
• Expansion of existing or new television and satellite installations.
• Installation of voice activated call systems.
• Cable management systems and associated cabling in connection with all aspects of the scope of Works and other specialist trades.
• Installation of ventilation equipment.
• Installation of environmental control and monitoring systems within Data Centres.
• Expansion of existing or new Installation and commissioning of energy efficient building management systems , sub-metering and associated controls.
• Supply and installation of power surge protection and upgrade of lightning protection systems.
• Supply and installation of CCTV systems.
• Supply and installation of passenger lifts.
• Supply and installation of building intruder alarm systems.
• Supply and provision of electrical energy efficient carbon reduction sustainability technologies including but not limited to solar PV installations and electric vehicle charging stations.
• Associated builder’s work to enable any of the above.
• Any associated works, services or goods that may reasonably be required as part of a project, as determined by the Customer.
• The Contractor is also responsible for the complete reinstatement / making good to both building fabric and décor in connection with the new and redundant installations
• Managing the supply chain and nominated sub-contractors as detailed.
• Turnkey provision and management of design services to support the delivery of Power and Data Works on a design and build basis.
• Design services.
II.2.5) Award criteria

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.2.9) Information about the limits on the number of candidates to be invited
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.2.1) Title: North East

Lot No:4
II.2.2) Additional CPV code(s)
44000000, 45000000, 45300000, 71000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The requirement will be tendered in 5 separate Lots. The Contracting Authorities associated with each Lot are noted within brackets:
.
– Lot 4 – North East (The Police and Crime Commissioner for Cleveland for and on behalf of itself and the Chief Constable of Cleveland Police; The Durham Police and Crime Commissioner for and on behalf of itself and the Chief Constable of Durham Constabulary)
.
The type, size, complexity and value of Works will vary. Typically, it will consist of, but not be limited to, the following:-
.
• Installation of or extension of lighting points using new or existing circuits.
• Installation of or extension of extra general power point using new or existing circuits.
• Upgrade of internal or exterior lighting and associated energy efficient controls.
• Installation of suspended ceilings to incorporate new lighting schemes.
• Installation and extension of emergency lighting systems.
• Installation and upgrade of main incoming and sub-distribution boards and associated cabling.
• Installation of emergency essential backed supplies and associated generator and uninterrupted power supplies (UPS).
• Rewire of buildings.
• Expand existing fire alarm detection.
• Upgrade or replacement of fire alarm and gas suppression systems.
• Supply or installation, or both, of additional or new data or WIFI infrastructure, including associated structured copper or fibre cabling and network cabinets.
• New installation or expansion of existing audible, disabled or panic affray alarm systems.
• Expansion of existing or new television and satellite installations.
• Installation of voice activated call systems.
• Cable management systems and associated cabling in connection with all aspects of the scope of Works and other specialist trades.
• Installation of ventilation equipment.
• Installation of environmental control and monitoring systems within Data Centres.
• Expansion of existing or new Installation and commissioning of energy efficient building management systems , sub-metering and associated controls.
• Supply and installation of power surge protection and upgrade of lightning protection systems.
• Supply and installation of CCTV systems.
• Supply and installation of passenger lifts.
• Supply and installation of building intruder alarm systems.
• Supply and provision of electrical energy efficient carbon reduction sustainability technologies including but not limited to solar PV installations and electric vehicle charging stations.
• Associated builder’s work to enable any of the above.
• Any associated works, services or goods that may reasonably be required as part of a project, as determined by the Customer.
• The Contractor is also responsible for the complete reinstatement / making good to both building fabric and décor in connection with the new and redundant installations
• Managing the supply chain and nominated sub-contractors as detailed.
• Turnkey provision and management of design services to support the delivery of Power and Data Works on a design and build basis.
• Design services.
II.2.5) Award criteria

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.2.9) Information about the limits on the number of candidates to be invited
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.2.1) Title: Yorkshire Ambulance Service

Lot No:5
II.2.2) Additional CPV code(s)
44000000, 45000000, 45300000, 71000000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
West Yorkshire Police are leading on a project to set up a Framework Agreement to deliver Power and Data Works. The requirement will be tendered in 5 separate Lots. The Contracting Authorities associated with each Lot are noted within brackets:
.
– Lot 5 – Yorkshire Ambulance Service (Yorkshire Ambulance Service NHS Trust)
.
The type, size, complexity and value of Works will vary. Typically, it will consist of, but not be limited to, the following:-
.
• Installation of or extension of lighting points using new or existing circuits.
• Installation of or extension of extra general power point using new or existing circuits.
• Upgrade of internal or exterior lighting and associated energy efficient controls.
• Installation of suspended ceilings to incorporate new lighting schemes.
• Installation and extension of emergency lighting systems.
• Installation and upgrade of main incoming and sub-distribution boards and associated cabling.
• Installation of emergency essential backed supplies and associated generator and uninterrupted power supplies (UPS).
• Rewire of buildings.
• Expand existing fire alarm detection.
• Upgrade or replacement of fire alarm and gas suppression systems.
• Supply or installation, or both, of additional or new data or WIFI infrastructure, including associated structured copper or fibre cabling and network cabinets.
• New installation or expansion of existing audible, disabled or panic affray alarm systems.
• Expansion of existing or new television and satellite installations.
• Installation of voice activated call systems.
• Cable management systems and associated cabling in connection with all aspects of the scope of Works and other specialist trades.
• Installation of ventilation equipment.
• Installation of environmental control and monitoring systems within Data Centres.
• Expansion of existing or new Installation and commissioning of energy efficient building management systems , sub-metering and associated controls.
• Supply and installation of power surge protection and upgrade of lightning protection systems.
• Supply and installation of CCTV systems.
• Supply and installation of passenger lifts.
• Supply and installation of building intruder alarm systems.
• Supply and provision of electrical energy efficient carbon reduction sustainability technologies including but not limited to solar PV installations and electric vehicle charging stations.
• Associated builder’s work to enable any of the above.
• Any associated works, services or goods that may reasonably be required as part of a project, as determined by the Customer.
• The Contractor is also responsible for the complete reinstatement / making good to both building fabric and décor in connection with the new and redundant installations
• Managing the supply chain and nominated sub-contractors as detailed.
• Turnkey provision and management of design services to support the delivery of Power and Data Works on a design and build basis.
• Design services.
II.2.5) Award criteria

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.2.9) Information about the limits on the number of candidates to be invited
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

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:10IV.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: 2023-01-06 Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2023-01-06 Local time: 15:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.4) Procedures for review
VI.4.1) Review body
Official name: The High Court of England and Wales
Postal address: 7 Rools Buildings, Fetter Lane
Town: London
Postal code: EC4A 1NL
Country: United Kingdom
Internet address:

VI.4.2) Body responsible for mediation procedures
Official name: CEDR
Town: London
Country: United Kingdom
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Regional Procurement for Yorkshire and the Humber Police
Town: Sheffield
Country: United Kingdom
VI.5) Date of dispatch of this notice:2022-11-02

RELATED ARTICLES

May 14, 2026

Preliminary Market Engagement for The Provision of Vehicle Collision Repairs

Type of document: Contract Notice Country: United Kingdom Publication Ref: 043700/S 000-2026 Nature of contract: Service contract Procedure: Not specified Regulation of procurement: Not applicable Type

May 14, 2026

Integrated Non-Custodial Services in Coventry & Warwickshire/West Mercia

Type of document: Contract Notice Country: United Kingdom 1. Title: INTEGRATED NON-CUSTODIAL SERVICES IN COVENTRY & WARWICKSHIRE/WEST MERCIA 2. Awarding Authority: NHS England,