Opportunity

YPO - 001110 Emergency Response and Rescue Equipment

  • YPO

F02: Contract notice

Notice reference: 2022/S 000-007015

Published 15 March 2022, 3:36pm



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 1924664685

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

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

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

https://procontract.due-north.com/register?ReadForm

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 - 001110 Emergency Response and Rescue Equipment

Reference number

001110

two.1.2) Main CPV code

  • 35000000 - Security, fire-fighting, police and defence equipment

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 Emergency Response and Rescue Equipment. 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: £40,000,000

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 - Water Rescue Equipment Including Protective Clothing and Footwear

Lot No

1

two.2.2) Additional CPV code(s)

  • 18221000 - Waterproof clothing
  • 18400000 - Special clothing and accessories
  • 18830000 - Protective footwear
  • 31518600 - Searchlights
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 34500000 - Ships and boats
  • 34515000 - Floating structures
  • 34515200 - Inflatable rafts
  • 35113000 - Safety equipment
  • 37412240 - Diving instruments or accessories
  • 37412241 - Breathing apparatus for diving
  • 37412242 - Diving wear
  • 39525300 - Life jackets
  • 75252000 - Rescue services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This category covers all different types of water rescues equipment and protective clothing. The category can be utilised for the provision of (but not limited to):

Protective Clothing and Footwear

• Dry Suits

• Dry Suits for Contaminated Water

• Wet suits

• Under suits

• Protective Headwear

• Footwear

• Gloves

Life Jackets and Flotation Devices

• Inflatable Life Jackets

• Foam Life Jackets

• Buoyancy Aids

• Lifebuoys

• Personnel floatation devices

Crafts, Rafts and Trailers

• Inflatable Boats

• Inflatable Paths

• Life Rafts

• Offshore Evacuation Systems

• Rescue rafts and sleds,

• Outboard engines

• Trailers

Diving Equipment

• Regulators

• Masks

• Cylinders and Accessories

Water Rescue and Sub Surface Rescue Equipment

• Reaching Poles and attachments

• Wading Poles

• Throw Lines

• Searchlights

• Cameras and search devices

Optional service arrangements that fall within the scope of water rescue can be procured via this category if required – Supplier dependant.

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: 60%

Quality criterion - Name: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

14 June 2022

End date

13 June 2032

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be subject to renewal 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 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year 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 14/06/2022 to 13/06/2032 (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

Lot 2 - Hoses, Pumps and Associated Products/Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 35111000 - Firefighting equipment
  • 42122110 - Pumps for firefighting
  • 44165000 - Hoses, risers and sleeves
  • 44165100 - Hoses
  • 44482100 - Fire hoses

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This category covers all different types of hoses, pumps and associated products / services.

The category can be utilised for the provision of (but not limited to):

• Hoses

• Reels

• Hose Nozzles

• Lances - Water Mist Lance

• Branches

• Suction Hoses

• Monitors

• Portable and Fixed Pumps

• Salvage pumps

Optional service arrangement (but not limited to) – Supplier dependant

• Hose Testing and Repair

• Servicing/Maintenance

• Parts and/or Repair

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: 60%

Quality criterion - Name: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

14 June 2022

End date

13 June 2032

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be subject to renewal 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 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year 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 14/06/2022 to 13/06/2032 (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

Lot 3 - Working at Heights Equipment - Products/Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 18823000 - Climbing boots
  • 35110000 - Firefighting, rescue and safety equipment
  • 35112000 - Rescue and emergency equipment
  • 35113000 - Safety equipment
  • 37535292 - Rope climbing equipment
  • 75252000 - Rescue services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This category covers all products and equipment associated with working at heights.

The category can be utilised for the provision of (but not limited to):

• Harnesses

• Suspension Seats

• Lifting Accessories

• Ropes

• Descenders and Ascenders

• Connectors

• Pulleys & anchorage

• Ladders & Platforms

• Protective Headwear

• Headtorch

• Safety Gloves

• Footwear

• Accessory equipment

• Key Bags

Optional service arrangements that fall within the scope of working at heights can be procured via this category if required – Supplier dependant.

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: 60%

Quality criterion - Name: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

14 June 2022

End date

13 June 2032

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be subject to renewal 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 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year 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 14/06/2022 to 13/06/2032 (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

Lot 4 - Vehicle Stabilising and Cutting Equipment - RTC - Products/Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 35112000 - Rescue and emergency equipment
  • 35113000 - Safety equipment
  • 75250000 - Fire-brigade and rescue services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This category covers all products for use in vehicle stabilising, cutting and rescue from vehicles or equipment.

The category can be utilised for the provision of (but not limited to):

• Stationary Cutters

• Mobile Cutters

• Spreaders

• Hydraulic Pumps

o Hand and Foot Operated

o Petrol, Diesel and Electric/Battery Operated

• Vehicle Stabilisation - Air Bags / Lifting Bags

• Rescue props

• Lifting equipment

Optional service arrangements that fall within the scope of rescue from vehicles can be procured via this category if required – Supplier dependant.

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: 60%

Quality criterion - Name: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

14 June 2022

End date

13 June 2032

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be subject to renewal 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 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year 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 14/06/2022 to 13/06/2032 (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

Lot 5 - Lighting and Associated Products/Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 31500000 - Lighting equipment and electric lamps
  • 31518200 - Emergency lighting equipment
  • 35111000 - Firefighting equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This category covers all lighting and associated products that are to be used in rescue situations.

The category can be utilised for the provision of (but not limited to):

• Handheld Torches

• Headtorches

• Searchlights

• Floodlights

• Navigation and identification lights

Optional service arrangements that fall within the scope of lighting can be procured via this category if required – Supplier dependant.

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: 60%

Quality criterion - Name: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

14 June 2022

End date

13 June 2032

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be subject to renewal 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 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year 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 14/06/2022 to 13/06/2032 (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

Lot 6 - Rescue Tools including Lances and Battery Powered Tools - Products/Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 35111000 - Firefighting equipment
  • 35111510 - Fire suppression hand tools
  • 75252000 - Rescue services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This category covers all small tools, lances and battery powered tools which are used during all types of rescue situations.

The category can be utilised for the provision of (but not limited to):

• Step Blocks

• Seatbelt Cutters

• Rescue Knife

• Wire Cutters

• Entry Tools and Bars

• Axes

• Lance

• Battery Powered Tools and Battery Packs

o Saw

o Angle Grinder

o Metal Shear

o Disc Cutter

Optional service arrangements that fall within the scope of rescue tools can be procured via this category if required – Supplier dependant.

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements

two.2.5) Award criteria

Quality criterion - Name: Quality, Delivery and Customer Service / Weighting: 60%

Quality criterion - Name: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

14 June 2022

End date

13 June 2032

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be subject to renewal 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 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year 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 14/06/2022 to 13/06/2032 (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

Lot 7 - Portable and Pop-Up Shelter and Associated Products/Services

Lot No

7

two.2.2) Additional CPV code(s)

  • 31120000 - Generators
  • 39522530 - Tents
  • 44112100 - Shelters
  • 44112110 - Shelter parts
  • 45216129 - Protective shelters

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This category covers all portable and pop-up shelters and associated products / services.

The category can be utilised for the provision of (but not limited to):

• Portable Shelter

• Pop-up Shelter

• Decontamination Tent

• Universal Tent

• Medical Tent

• Inflatable Air shelter (Structures) Awnings

• Portable Generators

Optional service arrangement (but not limited to) – Supplier dependant

• Servicing/Maintenance

• Parts and/or Repair

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: 60%

Quality criterion - Name: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

14 June 2022

End date

13 June 2032

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be subject to renewal 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 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year 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 14/06/2022 to 13/06/2032 (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

Lot 8 - Thermal Imaging Cameras and Associated Products/Services

Lot No

8

two.2.2) Additional CPV code(s)

  • 35111000 - Firefighting equipment
  • 38651000 - Cameras
  • 75252000 - Rescue services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This category covers all thermal imaging cameras and associated products.

The category can be utilised for the provision of (but not limited to):

• Thermal Imaging Cameras

• Battery Packs

• Charging Facilities

• Mounts

Optional service arrangements that fall within the scope of thermal imaging cameras can be procured via this category if required – Supplier dependant.

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: 60%

Quality criterion - Name: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

14 June 2022

End date

13 June 2032

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be subject to renewal 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 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year 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 14/06/2022 to 13/06/2032 (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

Lot 9 - Smoke Control - PPV Fans, Smoke Curtains and Associated Products/Services.

Lot No

9

two.2.2) Additional CPV code(s)

  • 35111000 - Firefighting equipment
  • 39717100 - Fans
  • 42521000 - Smoke-extraction equipment

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This category covers equipment used to manage and control the flow of smoke.

The category can be utilised for the provision of (but not limited to):

• PPV Fans

• Smoke/Fire Curtains

• Ventilation Props

• Exhaust Adapters

Optional service arrangements that fall within the scope of smoke control can be procured via this category if required – Supplier dependant.

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: 60%

Quality criterion - Name: Sustainability, CR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

14 June 2022

End date

13 June 2032

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be subject to renewal 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 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year 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 14/06/2022 to 13/06/2032 (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

Lot 10 - Land & Sea Rescue - Products/Services

Lot No

10

two.2.2) Additional CPV code(s)

  • 33192160 - Stretchers
  • 34515000 - Floating structures
  • 35110000 - Firefighting, rescue and safety equipment
  • 35112000 - Rescue and emergency equipment
  • 35113000 - Safety equipment
  • 42141410 - Winches
  • 42416300 - Hoists
  • 75252000 - Rescue services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This category covers equipment used in land and sand rescue type situations.

The category can be utilised for the provision of (but not limited to):

• Rescue Stretchers

• Vacuum Mattress Bag

• Winches – Electric and Hand/Manual

• Hoists

• Lances – Sand Lance/Mud Lance

• Inflatable Rescue Path

• Vehicle Traction Pad - Tyre Wheel Grip Traction Mat

Optional service arrangements that fall within the scope of land and sand rescue can be procured via this category if required – Supplier dependant.

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: 60%

Quality criterion - Name: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 30%

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

Start date

14 June 2022

End date

13 June 2032

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be subject to renewal 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 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year 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 14/06/2022 to 13/06/2032 (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 DPS Establishment 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.2.2) Time limit for receipt of tenders or requests to participate

Date

13 June 2032

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 subject to renewal after 9.5 years from the

commencement date.

six.3) Additional information

Please note that deadline for submissions for the initial establishment/first round of the DPS is 19 April 2022 at 14:00pm. Following the initial establishment, the DPS will remain open for any Suppliers to submit a bid at any point until the closing date of the DPS.

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