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
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
https://procontract.due-north.com/Advert/Index?advertId=2b3d505c-f7f4-e611-80dd-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/Advert/Index?advertId=2b3d505c-f7f4-e611-80dd-005056b64545
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 - 000750 Vehicle Telematics & Journey Recorders
Reference number
000750
two.1.2) Main CPV code
- 31610000 - Electrical equipment for engines and vehicles
two.1.3) Type of contract
Supplies
two.1.4) Short description
YPO are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Vehicle Telematics & Journey Recorders. The DPS is designed to meet the needs of all public sector organisations which includes YPO's internal requirements.
two.1.5) Estimated total value
Value excluding VAT: £50,000,000
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
Vehicle Telematics
Lot No
1
two.2.2) Additional CPV code(s)
- 31610000 - Electrical equipment for engines and vehicles
- 50111110 - Vehicle-fleet-support services
- 50330000 - Maintenance services of telecommunications equipment
- 51500000 - Installation services of machinery and equipment
- 64226000 - Telematics services
- 72253000 - Helpdesk and support services
- 72254000 - Software testing
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Category is reserved for suppliers interested in supplying vehicle telemetry equipment.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 April 2017
End date
24 February 2029
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this framework will be subject to renewal after 11.5 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 DPS will cover the period from 05 April 2017 to 03 April 2022 with 3 options to extend for an additional 12 months and a final extension for an additional 4 years. The first decision to extend the contract period will be taken by the end of February of each year and will be dependent on satisfactory completion of all aspects of the DPS to date, the current market conditions for this category, its continued relevance to the market and YPO’s contracting structures. The maximum contract period will therefore be 12 years, from 05 April 2017 to 24 February 2029 (subject to an annual review, incorporating price negotiations 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.2.14) Additional information
Suppliers are able to join throughout the term of this DPS
two.2) Description
two.2.1) Title
Vehicle Journey Recorders
Lot No
2
two.2.2) Additional CPV code(s)
- 31610000 - Electrical equipment for engines and vehicles
- 32441100 - Telemetry surveillance system
- 32441300 - Telematics system
- 34221200 - Mobile emergency units
- 38651000 - Cameras
- 38651600 - Digital cameras
- 50111110 - Vehicle-fleet-support services
- 50330000 - Maintenance services of telecommunications equipment
- 51500000 - Installation services of machinery and equipment
- 64226000 - Telematics services
- 72253000 - Helpdesk and support services
- 72254000 - Software testing
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
This Category is reserved for suppliers interested in supplying vehicle journey recorders
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 April 2017
End date
24 February 2029
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this framework will be subject to renewal after 11.5 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 DPS will cover the period from 05 April 2017 to 03 April 2022 with 3 options to extend for an additional 12 months and a final extension for an additional 4 years. The first decision to extend the contract period will be taken by the end of February of each year and will be dependent on satisfactory completion of all aspects of the DPS to date, the current market conditions for this category, its continued relevance to the market and YPO’s contracting structures. The maximum contract period will therefore be 12 years, from 05 April 2017 to 24 February 2029 (subject to an annual review, incorporating price negotiations 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.2.14) Additional information
Suppliers are able to join throughout the term of this DPS
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: 2017/S 031-056666
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 February 2029
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 framework will be subject to renewal after 11.5 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