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
NEPO
Newcastle Upon Tyne
Country
United Kingdom
Region code
UK - United Kingdom
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 - 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