Construction Contract Leads
United Kingdom
Category Goods
Type
No. of Lots 2
Status Active
Published 27th Oct 2023
Reference | ocds-h6vhtk-03e130 |
Common Procurement Vocabulary | Command, control, communication and computer systems |
Procurement Method | Restricted procedure |
Value | £500,000,000 |
United Kingdom
Category Goods
Type
No. of Lots 2
Status Active
Published 27th Oct 2023
Reference | ocds-h6vhtk-03e130 |
Common Procurement Vocabulary | Command, control, communication and computer systems |
Procurement Method | Restricted procedure |
Value | £500,000,000 |
Section I: Contracting authority
I.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
contracts [at] ypo.co.uk
Telephone
+44 1924885903
Country
United Kingdom
NUTS code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://procontract.due-north.com/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
YPO - 001218 Critical Incident Management and Public Safety Software and Systems
Reference number
001218
II.1.2) Main CPV code
- 35710000 - Command, control, communication and computer systems
II.1.3) Type of contract
Supplies
II.1.4) Short description
YPO are looking for Providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Critical Incident and Public Safety Software / Systems. The DPS is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements and any of YPO’s wholly owned associated or subsidiary companies.
II.1.5) Estimated total value
Value excluding VAT: £500,000,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
II.2) Description
II.2.1) Title
Critical Incident Management Software / Systems
Lot No
1
II.2.2) Additional CPV code(s)
- 35710000 - Command, control, communication and computer systems
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This Category is to provide and implement an intuitive range of software and hardware for the purpose of overarching management of mission critical incidents.
This may be for a new solution, amendment, or upgrade of an existing solution to the full deployment of an end-to-end software solution and associated peripherals. This may include commercial off the shelf software (COTS), open-source software, software licenses or niche and bespoke software specific to the organisation.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Quality criterion - Name: Social Value/Sustainability / Weighting: 10%
Price - Weighting: 50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 January 2024
End date
19 January 2034
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this DPS will be renewed after 9.5 years from the commencement date.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
The DPS will cover the period from 20th January 2024 to 19th January 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 20th January 2024 to 19th January 2034 (subject to an annual review, incorporating price negotiations and KPI performance).
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) Description
II.2.1) Title
Public Safety and Place Mangement Software / Systems
Lot No
2
II.2.2) Additional CPV code(s)
- 35710000 - Command, control, communication and computer systems
II.2.3) Place of performance
NUTS codes
- UK - United Kingdom
II.2.4) Description of the procurement
This Category is to provide and implement an intuitive range of software and hardware for the purpose of overarching management of events and place management.
This may be for a new solution, amendment, or upgrade of an existing solution to the full deployment of an end-to-end software solution and associated peripherals. This may include commercial off the shelf software (COTS), open-source software, software licenses or niche and bespoke software specific to the organisation.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Quality criterion - Name: Social Value/Sustainability / Weighting: 10%
Price - Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
20 January 2024
End date
19 January 2034
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this DPS will be renewed after 9.5 years from the commencement date.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
The DPS will cover the period from 20th January 2024 to 19th January 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 20th January 2024 to 19th January 2034 (subject to an annual review, incorporating price negotiations and KPI performance).
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
Organisations must ensure that they are not in breach of any of the mandatory or discretionary exclusions contained in Regulation 57 of the Public Contracts Regulations 2015. Please refer to the
Tender Documentation/ Online Tender located on our E-Procurement system. The web address can be found under ‘Procurement Documents’ in ‘Communication’ section in this notice.
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 refer to the Framework Agreement Terms and Conditions located on our E-Procurement system. The web address can be found under Procurement Documents in ‘Communication’ Section in this notice.
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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: 2023/S 000-019974
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
19 January 2034
Local time
11:55pm
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)
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: There is a possibility that this DPS will be renewed after 9.5 years from the commencement date.
VI.3) Additional information
YPO are purchasing on the behalf of other contracting authorities. Please see the below link
for details: https://www.ypo.co.uk/about/customers/permissible-users .
YPO will incorporate a standstill period at the point of notification of the award of the contract
is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and
provides time for unsuccessful tenderers to challenge the award decision before the contract
is entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who
have been harmed or are at risk of harm by a breach of the rules to take action in the High
Court (England, Wales and Northern Ireland).
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom