Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 01924664685
Country
United Kingdom
NUTS code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/register?ReadForm
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
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/register?ReadForm
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 - 001039 Electronic Office supplies
Reference number
001039
two.1.2) Main CPV code
- 30190000 - Various office equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Electronic Office Supplies. This Framework is designed to allow YPO to meet the needs of all public sector organisations, which includes YPO’s internal requirements, by establishing an agreement where the end customer will place orders directly with the Provider on a “contract” basis and the Provider will deliver direct to the end customer on an agreed basis.
two.1.5) Estimated total value
Value excluding VAT: £7,000,000
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
Lot 1 - Electronic Office Supplies
Lot No
1
two.2.2) Additional CPV code(s)
- 30125000 - Parts and accessories of photocopying apparatus
- 30192113 - Ink cartridges
- 30192320 - Printer ribbons
- 30193200 - Desktop trays or organisers
- 30199330 - Continuous paper for computer printers
- 30233130 - Magnetic disk storage units
- 30233131 - Floppy-disk drives
- 30233132 - Hard-disk drives
- 30233140 - Direct-access storage devices (DASD)
- 30233141 - Redundant Array of Independent Disk (RAID)
- 30233150 - Optical-disk drives
- 30233151 - Compact disk (CD) reader and/or burner
- 30233153 - Compact disk (CD) and digital versatile disk (DVD) reader and/or burner
- 30233180 - Flash memory storage devices
- 30233190 - Disk controller
- 30234100 - Magnetic disk
- 30234200 - Optical disks
- 30234300 - Compact disks (CDs)
- 30234400 - Digital versatile disks (DVDs)
- 30234500 - Memory storage media
- 30234600 - Flash memory
- 30236100 - Memory-expansion equipment
- 30236110 - Random access memory (RAM)
- 30236111 - Dynamic random access memory (DRAM)
- 30236112 - Static random access memory (SRAM)
- 30236113 - Synchronous dynamic random access memory (SDRAM)
- 30236114 - Rambus dynamic random access memory (RDRAM)
- 30236115 - Synchronous graphic random access memory (SGRAM)
- 30236120 - Read only memory (ROM)
- 30236121 - Programmable read only memory (PROM)
- 30236122 - Erasable programmable read only memory (EPROM)
- 30236123 - Electronically erasable programmable read only memory (EEPROM)
- 30237132 - Universal Serial Bus (USB) Interfaces
- 30237133 - Personal Computer Memory Card International Association (PCMCIA) adaptors and interfaces
- 30237310 - Font cartridges for printers
- 30237320 - Diskettes
- 30237350 - Data cartridges
- 31710000 - Electronic equipment
- 35331500 - Cartridges
- 42991230 - Ticket printers
- 48519000 - Memory-management software package
- 50312600 - Maintenance and repair of information technology equipment
- 50312610 - Maintenance of information technology equipment
- 50312620 - Repair of information technology equipment
- 50313000 - Maintenance and repair of reprographic machinery
- 50314000 - Repair and maintenance services of facsimile machines
- 72140000 - Computer hardware acceptance testing consultancy services
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72212511 - Desktop communications software development services
- 72212519 - Memory-management software development services
- 72220000 - Systems and technical consultancy services
- 72230000 - Custom software development services
- 72240000 - Systems analysis and programming services
- 72250000 - System and support services
- 72260000 - Software-related services
- 72300000 - Data services
- 72500000 - Computer-related services
- 72600000 - Computer support and consultancy services
- 72900000 - Computer back-up and catalogue conversion services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Lot 1 is for the provision of Electronic Office Supplies which includes but not limited to printer consumables, Compatible/Re-manufactured Ink/Toner cartridges, CD’s, DVD’s, Memory Sticks, SD Cards, 3D Printer Consumables. Associated services can also be procured, including collection and recycle of toners, print support etc within the remit of the lot. This is to be ordered by the customer with the supplier and delivered direct to the customer without YPO involvement.
two.2.5) Award criteria
Quality criterion - Name: Non -Cost / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
23 April 2021
End date
22 April 2025
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Lot 2 - Sole Supplier Portal for Electronic Office Supplies
Lot No
2
two.2.2) Additional CPV code(s)
- 30125000 - Parts and accessories of photocopying apparatus
- 30192113 - Ink cartridges
- 30192320 - Printer ribbons
- 30193200 - Desktop trays or organisers
- 30199330 - Continuous paper for computer printers
- 30233130 - Magnetic disk storage units
- 30233131 - Floppy-disk drives
- 30233132 - Hard-disk drives
- 30233140 - Direct-access storage devices (DASD)
- 30233141 - Redundant Array of Independent Disk (RAID)
- 30233150 - Optical-disk drives
- 30233151 - Compact disk (CD) reader and/or burner
- 30233153 - Compact disk (CD) and digital versatile disk (DVD) reader and/or burner
- 30233180 - Flash memory storage devices
- 30233190 - Disk controller
- 30234100 - Magnetic disk
- 30234200 - Optical disks
- 30234300 - Compact disks (CDs)
- 30234400 - Digital versatile disks (DVDs)
- 30234500 - Memory storage media
- 30234600 - Flash memory
- 30236100 - Memory-expansion equipment
- 30236110 - Random access memory (RAM)
- 30236111 - Dynamic random access memory (DRAM)
- 30236112 - Static random access memory (SRAM)
- 30236113 - Synchronous dynamic random access memory (SDRAM)
- 30236114 - Rambus dynamic random access memory (RDRAM)
- 30236115 - Synchronous graphic random access memory (SGRAM)
- 30236120 - Read only memory (ROM)
- 30236121 - Programmable read only memory (PROM)
- 30236122 - Erasable programmable read only memory (EPROM)
- 30236123 - Electronically erasable programmable read only memory (EEPROM)
- 30237132 - Universal Serial Bus (USB) Interfaces
- 30237133 - Personal Computer Memory Card International Association (PCMCIA) adaptors and interfaces
- 30237310 - Font cartridges for printers
- 30237320 - Diskettes
- 30237350 - Data cartridges
- 31710000 - Electronic equipment
- 35331500 - Cartridges
- 42991230 - Ticket printers
- 48519000 - Memory-management software package
- 72212511 - Desktop communications software development services
- 72212519 - Memory-management software development services
- 72540000 - Computer upgrade services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
Lot 2 is for the provision of Electronic Office Supplies via a sole supplier portal where customers can log on and order and pay direct with the supplier and the supplier will deliver direct to the customer with no YPO involvement.
two.2.5) Award criteria
Quality criterion - Name: Non-Cost / Weighting: 50%
Price - Weighting: 50%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
23 April 2021
End date
22 April 2025
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this framework will be subject to renewal after 3.5 years from the
commencement date.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Open procedure
four.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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
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.2.2) Time limit for receipt of tenders or requests to participate
Date
17 March 2021
Local time
2:00pm
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)
four.2.7) Conditions for opening of tenders
Date
17 March 2021
Local time
2:00pm
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 framework will be subject to renewal after 3.5 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/ojeu-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