Tender

YPO - 001161 - Sustainable Hardware, Asset Recycling and Data Destruction

  • YPO
  • NEPO

F02: Contract notice

Notice identifier: 2023/S 000-031533

Procurement identifier (OCID): ocds-h6vhtk-040f08

Published 25 October 2023, 5:04pm



The closing date and time has been changed to:

11 December 2023, 2:00pm

See the change notice.

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 01924664685

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.1) Name and addresses

NEPO

Newcastle Upon Tyne

Email

joanne.leask@nepo.org

Country

United Kingdom

Region code

UK - United Kingdom

Internet address(es)

Main address

https://www.nepo.org/

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 - 001161 - Sustainable Hardware, Asset Recycling and Data Destruction

Reference number

001161

two.1.2) Main CPV code

  • 30200000 - Computer equipment and supplies

two.1.3) Type of contract

Supplies

two.1.4) Short description

YPO and NEPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Sustainable Hardware, Asset Recycling & Data Destruction. This Framework is designed to allow YPO to meet the needs of all public sector organisations by establishing an agreement where the end customer will place orders directly with the Provider on a “contract” basis and the Provider will deliver direct to the end customer on an agreed basis. The Framework 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: £200,000,000

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 - Supply of Refurbished Hardware

Lot No

1

two.2.2) Additional CPV code(s)

  • 30211000 - Mainframe computer
  • 30212000 - Minicomputer hardware
  • 30213000 - Personal computers
  • 30216110 - Scanners for computer use
  • 30230000 - Computer-related equipment
  • 32250000 - Mobile telephones
  • 32413000 - Integrated network
  • 48000000 - Software package and information systems
  • 50100000 - Repair, maintenance and associated services of vehicles and related equipment
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 72000000 - IT services: consulting, software development, Internet and support

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 refurbished ICT hardware across a wide range of manufacturers which provides a complete ICT equipment solution. Associated bundled software and operating systems included as part of a standard OEM factory build are included in this Lot.

Refurbished refers to ‘old’ and/or used hardware equipment that has been restored to like-new working condition and/or appearance.

two.2.5) Award criteria

Quality criterion - Name: Non-Cost (Quality) / Weighting: 40%

Cost criterion - Name: Cost / Weighting: 30%

Cost criterion - Name: Social Value/Sustainability / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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

Start date

14 February 2024

End date

13 February 2028

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 14th February 2024 to 13th February 2026 with an option to extend for an additional 24 months. The first decision to extend the contract period will be taken by the end of November 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. The maximum contract period will therefore be 4 years, from 14th February 2024 to 13th February 2028 (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) Description

two.2.1) Title

Lot 2 - Supply of New Hardware

Lot No

2

two.2.2) Additional CPV code(s)

  • 30211000 - Mainframe computer
  • 30212000 - Minicomputer hardware
  • 30213000 - Personal computers
  • 30216110 - Scanners for computer use
  • 30230000 - Computer-related equipment
  • 32250000 - Mobile telephones
  • 32413000 - Integrated network
  • 48000000 - Software package and information systems
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 51000000 - Installation services (except software)
  • 72000000 - IT services: consulting, software development, Internet and support

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 new ICT hardware across a wide range of manufacturers which provides a complete ICT equipment solution. Associated bundled software and operating systems included as part of a standard OEM factory build are included in this Lot.

two.2.5) Award criteria

Quality criterion - Name: Social Value/Sustainability / Weighting: 30%

Quality criterion - Name: Non-Cost (Quality) / Weighting: 40%

Cost criterion - Name: Cost / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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

Start date

14 February 2024

End date

13 February 2028

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 14th February 2024 to 13th February 2026 with an option to extend for an additional 24 months. The first decision to extend the contract period will be taken by the end of November 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. The maximum contract period will therefore be 4 years, from 14th February 2024 to 13th February 2028 (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) Description

two.2.1) Title

Lot 3 - IT Asset Recycling and Destruction

Lot No

3

two.2.2) Additional CPV code(s)

  • 30200000 - Computer equipment and supplies
  • 50300000 - Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
  • 72000000 - IT services: consulting, software development, Internet and support

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 ICT asset recycling and destruction, to allow for secure decommission of ICT electrical equipment, including but not limited to the sanitising of data and shredding of media.

two.2.5) Award criteria

Quality criterion - Name: Non-Cost (Quality) / Weighting: 40%

Quality criterion - Name: Social Value/Sustainability / Weighting: 30%

Cost criterion - Name: Cost / Weighting: 30%

two.2.6) Estimated value

Value excluding VAT: £200,000,000

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

Start date

14 February 2024

End date

13 February 2028

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 14th February 2024 to 13th February 2026 with an option to extend for an additional 24 months. The first decision to extend the contract period will be taken by the end of November 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. The maximum contract period will therefore be 4 years, from 14th February 2024 to 13th February 2028 (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


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.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

4 December 2023

Local time

2:00pm

Changed to:

Date

11 December 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 December 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 in collaboration with NEPO are purchasing on behalf of other contracting authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/permissible-users

https://www.nepo.org/associate-membership/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