Opportunity

YPO - 001148 Drones and Associated Services

  • YPO

F02: Contract notice

Notice reference: 2023/S 000-000218

Published 5 January 2023, 8:32am



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

contracts@ypo.co.uk

Telephone

+44 1924885903

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.ypo.co.uk/

Buyer's address

https://procontract.due-north.com/

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

YPO - 001148 Drones and Associated Services

Reference number

001148

two.1.2) Main CPV code

  • 35613000 - Unmanned aerial vehicles

two.1.3) Type of contract

Supplies

two.1.4) Short description

YPO are looking for Suppliers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Drones and Associated Drone Services. 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.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Supply of Drones, Maintenance and Accessories

Lot No

1

two.2.2) Additional CPV code(s)

  • 35613000 - Unmanned aerial vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This category is for the provision of supply, maintenance, accessories and managed services. Examples of these (but not limited to) are shown below.

• Any aircraft operating or designed to operate autonomously or to be piloted remotely without a pilot on board. Drones operating within Open, Specific or Certified categories and to include accessories carried by drones.

• Maintenance and servicing of drones

• Design and building of drones

• Technical training on specific drones

• Relevant software solutions, such as ground control stations and data management.

• Associated hardware such as docking stations, charging solutions and other safety related solutions – including signage such as ‘Dones in operation’.

• Drones with a managed service

• Remotely operated vehicles (ground or submersible)

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements. Demonstration of certificated standards and/or testing methods may be requested at this stage.

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 45%

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: Net Zero / Weighting: 10%

Price - Weighting: 35%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 March 2023

End date

5 March 2033

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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial DPS will cover the period from 6th March 2023 to 5th March 2027. The first decision to extend the contract period will be taken by the end of the 4th year (2027) and every 3 years thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 6th March 2023 to 5th March 2033 (subject to an annual review and KPI performance).

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Drone Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 35613000 - Unmanned aerial vehicles

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Drone Services

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 45%

Quality criterion - Name: Social Value / Weighting: 10%

Quality criterion - Name: Net Zero / Weighting: 10%

Price - Weighting: 35%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

6 March 2023

End date

5 March 2033

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed 9.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial DPS will cover the period from 6th March 2023 to 5th March 2027. The first decision to extend the contract period will be taken by the end of the 4th year (2027) and every 3 years thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 6th March 2023 to 5th March 2033 (subject to an annual review and KPI performance).

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.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

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-021118

four.2.2) Time limit for receipt of tenders or requests to participate

Date

5 March 2033

Local time

11:55pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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 six. Complementary information

six.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.

six.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).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom