Opportunity

YPO - 001218 Critical Incident Management and Public Safety Software and Systems

  • YPO

F02: Contract notice

Notice reference: 2023/S 000-031703

Published 27 October 2023, 8:28am



The closing date and time has been changed to:

11 February 2034, 11:55pm

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 1924885903

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.ypo.co.uk/

Buyer's address

http://www.ypo.co.uk/

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/

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/

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 - 001218 Critical Incident Management and Public Safety Software and Systems

Reference number

001218

two.1.2) Main CPV code

  • 35710000 - Command, control, communication and computer systems

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 Critical Incident and Public Safety Software / Systems. The DPS is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements and any of YPO’s wholly owned associated or subsidiary companies.

two.1.5) Estimated total value

Value excluding VAT: £500,000,000

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

Critical Incident Management Software / Systems

Lot No

1

two.2.2) Additional CPV code(s)

  • 35710000 - Command, control, communication and computer systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Category is to provide and implement an intuitive range of software and hardware for the purpose of overarching management of mission critical incidents.

This may be for a new solution, amendment, or upgrade of an existing solution to the full deployment of an end-to-end software solution and associated peripherals. This may include commercial off the shelf software (COTS), open-source software, software licenses or niche and bespoke software specific to the organisation.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Social Value/Sustainability / Weighting: 10%

Price - Weighting: 50%

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

Start date

20 January 2024

End date

19 January 2034

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 9.5 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 20th January 2024 to 19th January 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 20th January 2024 to 19th January 2034 (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

Public Safety and Place Mangement Software / Systems

Lot No

2

two.2.2) Additional CPV code(s)

  • 35710000 - Command, control, communication and computer systems

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This Category is to provide and implement an intuitive range of software and hardware for the purpose of overarching management of events and place management.

This may be for a new solution, amendment, or upgrade of an existing solution to the full deployment of an end-to-end software solution and associated peripherals. This may include commercial off the shelf software (COTS), open-source software, software licenses or niche and bespoke software specific to the organisation.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Quality criterion - Name: Social Value/Sustainability / Weighting: 10%

Price - Weighting: 40%

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

Start date

20 January 2024

End date

19 January 2034

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 9.5 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 20th January 2024 to 19th January 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 20th January 2024 to 19th January 2034 (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 ‘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: 2023/S 000-019974

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

Originally published as:

Date

19 January 2034

Local time

11:55pm

Changed to:

Date

11 February 2034

Local time

11:55pm

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: 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 DPS will be renewed after 9.5 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