Tender

YPO - 000750 Vehicle Telematics & Journey Recorders

  • YPO

F02: Contract notice

Notice identifier: 2025/S 000-022146

Procurement identifier (OCID): ocds-h6vhtk-05159f

Published 16 May 2025, 11:41am



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 7901239756

Country

United Kingdom

Region 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/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