Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 7901239756
Country
United Kingdom
Region code
UK - United Kingdom
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
https://procontract.due-north.com/Advert/Index?advertId=d6152c47-1764-e811-80eb-005056b64545
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 - 000879 FM Services - Building in Use Support Services
Reference number
000879
two.1.2) Main CPV code
- 79993000 - Building and facilities management services
two.1.3) Type of contract
Services
two.1.4) Short description
YPO are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of FM Services — Building in Use Support 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. This is an FM service provision for support services when a building is occupied.
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
Catering Services
Lot No
1
two.2.2) Additional CPV code(s)
- 55500000 - Canteen and catering services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of materials, staff and or infrastructure to serve of food and drinks.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Quality criterion - Name: Customer Service and Delivery / Weighting: 20%
Quality criterion - Name: Added Value / Weighting: 20%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2018
End date
24 February 2029
This contract is subject to renewal
Yes
Description of renewals
Potential that the DPS may be renewed in 10 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
Cleaning and Caretaking
Lot No
2
two.2.2) Additional CPV code(s)
- 45452000 - Exterior cleaning work for buildings
- 90900000 - Cleaning and sanitation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of materials, staff and or infrastructure to carryout cleaning services.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Quality criterion - Name: Added Value / Weighting: 20%
Quality criterion - Name: Customer Service and Delivery / Weighting: 20%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2018
End date
24 February 2029
This contract is subject to renewal
Yes
Description of renewals
Potential that the DPS may be renewed in 10 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
Security and Reception
Lot No
3
two.2.2) Additional CPV code(s)
- 35120000 - Surveillance and security systems and devices
- 79710000 - Security services
- 79992000 - Reception services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of staff and or infrastructure to provide security services and front of house reception duties.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Quality criterion - Name: Added Value / Weighting: 20%
Quality criterion - Name: Customer Service and Delivery / Weighting: 20%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2018
End date
24 February 2029
This contract is subject to renewal
Yes
Description of renewals
Potential that the DPS may be renewed in 10 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
CCTV Inc. Remote Monitoring
Lot No
4
two.2.2) Additional CPV code(s)
- 79710000 - Security services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of staff and or infrastructure to provide CCTV for customer monitoring or supplier monitoring either on site or remotely.
two.2.5) Award criteria
Quality criterion - Name: Customer Service and Delivery / Weighting: 20%
Quality criterion - Name: Quality / Weighting: 20%
Quality criterion - Name: Added Value / Weighting: 20%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2018
End date
24 February 2029
This contract is subject to renewal
Yes
Description of renewals
Potential that the DPS may be renewed in 10 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
Car Parking Management
Lot No
5
two.2.2) Additional CPV code(s)
- 34926000 - Car park control equipment
- 98351000 - Car park management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of staff and or infrastructure to provide car park management including access control, cash collection and management of vehicles including issuing of penalties and removal of vehicles.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Quality criterion - Name: Delivery and Customer Service / Weighting: 20%
Quality criterion - Name: Added Value / Weighting: 20%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2018
End date
24 February 2029
This contract is subject to renewal
Yes
Description of renewals
Potential that the DPS may be renewed in 10 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
Mobile Patrols & Key Holding
Lot No
6
two.2.2) Additional CPV code(s)
- 79715000 - Patrol services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provision of staff and vehicles to carryout mobile patrols of premises and provide key holding service for out of hours access.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Quality criterion - Name: Added Value / Weighting: 20%
Quality criterion - Name: Customer Service and Delivery / Weighting: 20%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2018
End date
24 February 2029
This contract is subject to renewal
Yes
Description of renewals
Potential that the DPS may be renewed in 10 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
Food Hygiene Inspection
Lot No
7
two.2.2) Additional CPV code(s)
- 55300000 - Restaurant and food-serving services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provide food inspection hygiene services and report on findings with options for corrections of any identified issues.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Quality criterion - Name: Delivery and Customer Service / Weighting: 20%
Quality criterion - Name: Added Value / Weighting: 20%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2018
End date
24 February 2029
This contract is subject to renewal
Yes
Description of renewals
Potential that the DPS may be renewed in 10 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
Waste Management
Lot No
8
two.2.2) Additional CPV code(s)
- 90510000 - Refuse disposal and treatment
- 90511000 - Refuse collection services
- 90524000 - Medical waste services
- 90524100 - Clinical-waste collection services
- 90524200 - Clinical-waste disposal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provide staff and or infrastructure for the management and removal of waste products or materials including confidential waste and provide certification of its legal disposal.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Quality criterion - Name: Delivery and Customer Service / Weighting: 20%
Quality criterion - Name: Added Value / Weighting: 20%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2018
End date
24 February 2029
This contract is subject to renewal
Yes
Description of renewals
Potential that the DPS may be renewed in 10 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
Whole House
Lot No
9
two.2.2) Additional CPV code(s)
- 79993000 - Building and facilities management services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Provide staff and or infrastructure to manage the entire needs of the customer within their premises or other locations as required: to include elements of the above schedule but not limited to these.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Quality criterion - Name: Added Value / Weighting: 20%
Quality criterion - Name: Customer Service & Delivery / Weighting: 20%
Price - Weighting: 40%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 August 2018
End date
24 February 2029
This contract is subject to renewal
Yes
Description of renewals
Potential that the DPS may be renewed in 10 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 Establishment 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: 2018/S 106-242473
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2029
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)
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 10 years from the commencement date.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom