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
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/register?ReadForm
one.1) Name and addresses
Association of North East Councils, trading as the North East Procurement Organisation (NEPO)
Northern Design Centre, Abbots Hill, Baltic Business Quarter,
Gateshead
NE8 3DF
Country
United Kingdom
Region code
UKC - North East (England)
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves 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 - 001126 - Cloud Services, Data Centre Management and Transformation Solutions
Reference number
001126
two.1.2) Main CPV code
- 72000000 - IT services: consulting, software development, Internet and support
two.1.3) Type of contract
Services
two.1.4) Short description
YPO is the lead Public Sector Buying Organisation for this Framework Agreement working in collaboration with NEPO. YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Cloud Services, Data Centre Management and Transformation Solutions. YPO’s intention is to create a compliant route to market for our customers and also the awarded Suppliers. It is to enable the public sector a route to cloud and datacentre solutions from one Framework with an array of Suppliers and offerings.
two.1.5) Estimated total value
Value excluding VAT: £120,000,000
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 - Cloud Hosting Services
Lot No
1
two.2.2) Additional CPV code(s)
- 30211200 - Mainframe hardware
- 30212000 - Minicomputer hardware
- 30215000 - Microcomputer hardware
- 44316400 - Hardware
- 48211000 - Platform interconnectivity software package
- 48216000 - Network connectivity terminal emulation software package
- 48221000 - Internet browsing software package
- 48610000 - Database systems
- 48732000 - Data security software package
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50312320 - Repair of data network equipment
- 72000000 - IT services: consulting, software development, Internet and support
- 72212600 - Database and operating software development services
- 72212732 - Data security software development services
- 72300000 - Data 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 standard cloud compute requirements and ready to deploy solutions, provided ‘as a service model’, via a Cloud Infrastructure Service Provider (CISP) or certified reseller.
The purpose of this Lot is to put in place a route for Contracting Authorities to buy their Infrastructure as a Service (IaaS) and Platform as a Service (PaaS) requirements, for hosting their applications in the cloud. The Contracting Authority will use the Providers cloud platform to store and process their data requirements on demand, without the need for capital hardware or additional cloud support services.
two.2.5) Award criteria
Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%
Quality criterion - Name: Social Value/Sustainability / Weighting: 15%
Cost criterion - Name: Cost / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 October 2023
End date
15 October 2027
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: Yes
Description of options
The Framework Agreement will cover the period from 16th October 2023 – 15th October 2025 with the option of 1 x 24 months extension to 15th October 2027, after the initial two years. The decision to extend the Framework period will be taken by the end of June 2025 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 16th October 2023 – 15th October 2027.
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 - Cloud Support Services
Lot No
2
two.2.2) Additional CPV code(s)
- 30210000 - Data-processing machines (hardware)
- 30211200 - Mainframe hardware
- 30212000 - Minicomputer hardware
- 30215000 - Microcomputer hardware
- 44316400 - Hardware
- 48216000 - Network connectivity terminal emulation software package
- 48221000 - Internet browsing software package
- 48610000 - Database systems
- 48612000 - Database-management system
- 48613000 - Electronic data management (EDM)
- 48732000 - Data security software package
- 72000000 - IT services: consulting, software development, Internet and support
- 72150000 - Computer audit consultancy and hardware consultancy services
- 72212211 - Platform interconnectivity software development services
- 72212216 - Network connectivity terminal emulation software development services
- 72212451 - Enterprise resource planning software development services
- 72212600 - Database and operating software development services
- 72212610 - Database software development services
- 72228000 - Hardware integration consultancy services
- 72251000 - Disaster recovery services
- 72300000 - Data services
- 72311100 - Data conversion services
- 72312100 - Data preparation services
- 72315000 - Data network management and support services
- 72315100 - Data network support services
- 72315200 - Data network management services
- 72320000 - Database services
- 72322000 - Data management services
- 72400000 - Internet services
- 72800000 - Computer audit and testing 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 Cloud Support Services which assist customers with supportive cloud services to build, manage, develop, maintain and/or modernise their cloud environment and deliver desired outcomes.
This Lot covers all the cloud utilities available within Lot 1 – Cloud Hosting, but with additional service wrap support such as deployment and management of a cloud environment to allow Contracting Authorities to procure within a single Lot.
two.2.5) Award criteria
Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%
Quality criterion - Name: Social Value/Sustainability / Weighting: 15%
Cost criterion - Name: Cost / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 October 2023
End date
15 October 2027
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: Yes
Description of options
The Framework Agreement will cover the period from 16th October 2023 – 15th October 2025 with the option of 1 x 24 months extension to 15th October 2027, after the initial two years. The decision to extend the Framework period will be taken by the end of June 2025 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 16th October 2023 – 15th October 2027.
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 - Cloud and Hybrid Transformation Solutions
Lot No
3
two.2.2) Additional CPV code(s)
- 30211200 - Mainframe hardware
- 30212000 - Minicomputer hardware
- 30215000 - Microcomputer hardware
- 32260000 - Data-transmission equipment
- 32580000 - Data equipment
- 44316400 - Hardware
- 48216000 - Network connectivity terminal emulation software package
- 48221000 - Internet browsing software package
- 48612000 - Database-management system
- 48613000 - Electronic data management (EDM)
- 48732000 - Data security software package
- 51611100 - Hardware installation services
- 72000000 - IT services: consulting, software development, Internet and support
- 72212600 - Database and operating software development services
- 72212732 - Data security software development services
- 72300000 - Data services
- 79415200 - Design consultancy services
- 79933000 - Design support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 3 is for the provision of an end-to-end cloud and hybrid transformation solutions, which are designed to assist and support a Contracting Authority with their cloud and data strategy, from initial point of discovery and analysis, through to end service delivery and management.
The purpose of this Lot is for the Contracting Authority to align with a strategic service Provider who will collaborate with the Contracting Authority throughout their transformation project, no matter the size of the requirement, or length of the journey, to successfully migrate their services to the right workload for their environment.
two.2.5) Award criteria
Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%
Quality criterion - Name: Social Value/Sustainability / Weighting: 15%
Cost criterion - Name: Cost / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 October 2023
End date
15 October 2027
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: Yes
Description of options
The Framework Agreement will cover the period from 16th October 2023 – 15th October 2025 with the option of 1 x 24 months extension to 15th October 2027, after the initial two years. The decision to extend the Framework period will be taken by the end of June 2025 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 16th October 2023 – 15th October 2027.
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 - Data Centre Solutions, Design & Build
Lot No
4
two.2.2) Additional CPV code(s)
- 22314000 - Designs
- 31120000 - Generators
- 31156000 - Interruptible power supplies
- 31161200 - Gas cooling systems
- 31174000 - Power supply transformers
- 31625100 - Fire-detection systems
- 31682510 - Emergency power systems
- 35111500 - Fire suppression system
- 39151100 - Racking
- 42000000 - Industrial machinery
- 42500000 - Cooling and ventilation equipment
- 44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
- 44100000 - Construction materials and associated items
- 44110000 - Construction materials
- 44111000 - Building materials
- 44482000 - Fire-protection devices
- 45000000 - Construction work
- 45314300 - Installation of cable infrastructure
- 45314320 - Installation of computer cabling
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45317300 - Electrical installation work of electrical distribution apparatus
- 45331230 - Installation work of cooling equipment
- 45343210 - CO2 fire-extinguishing equipment installation work
- 48321100 - Computer-aided design (CAD) system
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 51000000 - Installation services (except software)
- 51611100 - Hardware installation services
- 71220000 - Architectural design services
- 71311300 - Infrastructure works consultancy services
- 71316000 - Telecommunication consultancy services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71334000 - Mechanical and electrical engineering services
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72228000 - Hardware integration consultancy services
- 79212000 - Auditing services
- 79415200 - Design consultancy services
- 79932000 - Interior design services
- 79933000 - Design support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 4 is for the provision of Data Centre Solutions, incorporating design and build, to assist Contracting Authority’s with the planning, development and/or enhancement of their current or future environment(s).
The Provider/s must be able to assist with on or off premise infrastructure providing a range of data centre solutions including but not limited to new build, refurbishment of existing structures, environment upgrades, modular, prefabricated and micro data centres (such as but not limited to server rooms).
two.2.5) Award criteria
Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%
Quality criterion - Name: Social Value/Sustainability / Weighting: 15%
Cost criterion - Name: Cost / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 October 2023
End date
15 October 2027
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: Yes
Description of options
The Framework Agreement will cover the period from 16th October 2023 – 15th October 2025 with the option of 1 x 24 months extension to 15th October 2027, after the initial two years. The decision to extend the Framework period will be taken by the end of June 2025 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 16th October 2023 – 15th October 2027.
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 - Data Centre Maintenance & Support
Lot No
5
two.2.2) Additional CPV code(s)
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31700000 - Electronic, electromechanical and electrotechnical supplies
- 33158000 - Electrical, electromagnetic and mechanical treatment
- 35111500 - Fire suppression system
- 39151100 - Racking
- 42000000 - Industrial machinery
- 42500000 - Cooling and ventilation equipment
- 44175000 - Panels
- 44482000 - Fire-protection devices
- 45314300 - Installation of cable infrastructure
- 45314320 - Installation of computer cabling
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45317300 - Electrical installation work of electrical distribution apparatus
- 45331230 - Installation work of cooling equipment
- 45343210 - CO2 fire-extinguishing equipment installation work
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50532300 - Repair and maintenance services of generators
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 51000000 - Installation services (except software)
- 51100000 - Installation services of electrical and mechanical equipment
- 51611100 - Hardware installation services
- 71311300 - Infrastructure works consultancy services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71334000 - Mechanical and electrical engineering services
- 72000000 - IT services: consulting, software development, Internet and support
- 72100000 - Hardware consultancy services
- 72228000 - Hardware integration consultancy services
- 79212000 - Auditing services
- 79415200 - Design consultancy services
- 79933000 - Design support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Under Lot 5 the Contracting Authority will be buying Data Centre Maintenance and Support with the operational services associated. The service Provider shall provide guidance to the Contracting Authority where appropriate, on the type of services best suited to their requirements within the remit of this Lot.
two.2.5) Award criteria
Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%
Quality criterion - Name: Social Value/Sustainability / Weighting: 15%
Cost criterion - Name: Cost / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 October 2023
End date
15 October 2027
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: Yes
Description of options
The Framework Agreement will cover the period from 16th October 2023 – 15th October 2025 with the option of 1 x 24 months extension to 15th October 2027, after the initial two years. The decision to extend the Framework period will be taken by the end of June 2025 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 16th October 2023 – 15th October 2027.
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 - Colocation Services
Lot No
6
two.2.2) Additional CPV code(s)
- 30210000 - Data-processing machines (hardware)
- 31120000 - Generators
- 31156000 - Interruptible power supplies
- 31161200 - Gas cooling systems
- 31174000 - Power supply transformers
- 31625100 - Fire-detection systems
- 31682510 - Emergency power systems
- 32260000 - Data-transmission equipment
- 32580000 - Data equipment
- 35111500 - Fire suppression system
- 39151100 - Racking
- 42000000 - Industrial machinery
- 42500000 - Cooling and ventilation equipment
- 44175000 - Panels
- 44316400 - Hardware
- 44482000 - Fire-protection devices
- 45314300 - Installation of cable infrastructure
- 45314320 - Installation of computer cabling
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 45317300 - Electrical installation work of electrical distribution apparatus
- 45331230 - Installation work of cooling equipment
- 45343210 - CO2 fire-extinguishing equipment installation work
- 48216000 - Network connectivity terminal emulation software package
- 48220000 - Internet and intranet software package
- 48221000 - Internet browsing software package
- 50312300 - Maintenance and repair of data network equipment
- 50312310 - Maintenance of data network equipment
- 50312320 - Repair of data network equipment
- 50532300 - Repair and maintenance services of generators
- 50532400 - Repair and maintenance services of electrical distribution equipment
- 51000000 - Installation services (except software)
- 51112000 - Installation services of electricity distribution and control equipment
- 51700000 - Installation services of fire protection equipment
- 71311300 - Infrastructure works consultancy services
- 71316000 - Telecommunication consultancy services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71334000 - Mechanical and electrical engineering services
- 72000000 - IT services: consulting, software development, Internet and support
- 72251000 - Disaster recovery services
- 72514100 - Facilities management services involving computer operation
- 72800000 - Computer audit and testing services
- 79212000 - Auditing services
- 79415200 - Design consultancy services
- 79933000 - Design support services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Lot 6 is for the provision of colocation services, which allows a Contracting Authority to rent dedicated and lockable space for the housing of their existing IT equipment (such as servers and associated hardware). The racks, cages and/or rooms, are housed at a colocation service Providers data centre facility to host the Contracting Authorities services from an alternative site to their own. A colocation facility can be utilised for a primary or secondary data centre.
two.2.5) Award criteria
Quality criterion - Name: Non-Cost (Quality) / Weighting: 55%
Quality criterion - Name: Social Value/Sustainability / Weighting: 15%
Cost criterion - Name: Cost / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 October 2023
End date
15 October 2027
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: Yes
Description of options
The Framework Agreement will cover the period from 16th October 2023 – 15th October 2025 with the option of 1 x 24 months extension to 15th October 2027, after the initial two years. The decision to extend the Framework period will be taken by the end of June 2025 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 16th October 2023 – 15th October 2027.
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 the ‘Communication’ section of 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 in our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-010840
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
4 August 2023
Local time
2:00pm
Changed to:
Date
18 August 2023
Local time
2:00pm
See the change notice.
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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 August 2023
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 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 Contract 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