Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 1924885903
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com
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 - 001032 Crematoria Solutions III
Reference number
001032
two.1.2) Main CPV code
- 45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
two.1.3) Type of contract
Works
two.1.4) Short description
YPO are looking for primary service providers to be appointed onto a Framework Agreement that are able to provide design, supply, installation and commissioning of cremators and abatement equipment including but not limited to refurbishment or refit works, minor works, ongoing maintenance, removal and disposal of existing equipment and ancillary products/services. This Framework is designed to meet the needs of YPO and Other Contracting Authorities by establishing an agreement where the end customer will place the order with the Provider and the Provider delivers directly to the end customer.
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
Supply and install of crematoria equipment including refurbishment, refits, training, ongoing maintenance, spare parts, removal and disposal of existing equipment.
Lot No
1
two.2.2) Additional CPV code(s)
- 42350000 - Cremators
- 45215300 - Construction work for crematoriums
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Provider must demonstrate the ability and capability to design, project manage, supply and install solutions suitable for human cremation as per Contracting Authority Statement of Requirements;
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Quality criterion - Name: Social Value /Sustainability / Weighting: 10%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 February 2023
End date
16 February 2027
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this framework will be renewed 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 from 17th of February 2023 to 16th of February 2025 with two options to extend for an additional 12 months. The first decision to extend the contract period will be taken by the end of October 2025 and will be dependent on satisfactory completion of all aspects of the contracts to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 4 years, from 17th of February 2023 to 16th of February 2027 (subject to an annual review, incorporating price negotiation 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
Maintenance
Lot No
2
two.2.2) Additional CPV code(s)
- 42350000 - Cremators
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The provider will supply a range of maintenance and servicing arrangements to meet the needs of the contracting authority. The types of maintenance and servicing arrangements include but not limited to:
- All-inclusive comprehensive cover
- Routine maintenance cover
- Breakdown and emergency cover
- Performance test and maintenance reports
- Parts and labour cover
The minimum period of maintenance and inspection arrangements which Provider must be able to offer are 5, 10 and 15 years;
The full cover maintenance frequency should be agreed individually with Contracting Authority based on the number of cremations per year.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Quality criterion - Name: Social Value /Sustainability / Weighting: 10%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
17 February 2023
End date
16 February 2027
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this framework will be renewed 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 from 17th of February 2023 to 16th of February 2025 with two options to extend for an additional 12 months. The first decision to extend the contract period will be taken by the end of October 2025 and will be dependent on satisfactory completion of all aspects of the contracts to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 4 years, from 17th of February 2023 to 16th of February 2027 (subject to an annual review, incorporating price negotiation 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
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
22 December 2022
Local time
2:00pm
Changed to:
Date
16 January 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
22 December 2022
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 renewed after 3.5 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