Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 342414-2019

22/07/2019    S139

United Kingdom-Wakefield: IT services: consulting, software development, Internet and support

2019/S 139-342414

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: YPO
Postal address: 41 Industrial Park
Town: Wakefield
NUTS code: UKE45 Wakefield
Postal code: WF2 0XE
Country: United Kingdom
Contact person: Contracts Team
E-mail: contracts@ypo.co.uk
Telephone: +44 1924664685
Internet address(es):
Main address: http://www.ypo.co.uk/
Address of the buyer profile: https://procontract.due-north.com
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

YPO — 000979 Technology Hardware and Software Service Solutions

Reference number: 000979
II.1.2)Main CPV code
72000000 IT services: consulting, software development, Internet and support
II.1.3)Type of contract
Services
II.1.4)Short description:

YPO are looking for providers to be appointed onto a Framework Agreement for the provision of technology hardware, software and services. The framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements.

II.1.5)Estimated total value
Value excluding VAT: 200 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Supply of Hardware

Lot No: 1
II.2.2)Additional CPV code(s)
30200000 Computer equipment and supplies
30211000 Mainframe computer
30212000 Minicomputer hardware
30213000 Personal computers
30213100 Portable computers
30213200 Tablet computer
30213300 Desktop computer
30216110 Scanners for computer use
30230000 Computer-related equipment
30231000 Computer screens and consoles
30232000 Peripheral equipment
32250000 Mobile telephones
32252100 Hands-free mobile telephones
32252110 Hands-free mobile telephones (wireless)
32413100 Network routers
48000000 Software package and information systems
48820000 Servers
50300000 Repair, maintenance and associated services related to personal computers, office equipment, telecommunications and audio-visual equipment
51000000 Installation services (except software)
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This lot is for the provision of 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.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 30 %
Quality criterion - Name: Delivery and customer service / Weighting: 30 %
Quality criterion - Name: Sustainability/social value / Weighting: 10 %
Price - Weighting: 30 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2019
End: 30/09/2023
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.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement will cover the period from 1.10.2019 to 30.9.2021 with 2 options to extend for an additional 12 months. The maximum contract period will therefore be 4 years, from 1.10.2019 to 30.9.2023 (subject to an annual review, incorporating price negotiations and KPI performance).

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Software Applications

Lot No: 2
II.2.2)Additional CPV code(s)
48000000 Software package and information systems
48190000 Educational software package
48200000 Networking, Internet and intranet software package
48332000 Scheduling software package
48333000 Contact management software package
48400000 Business transaction and personal business software package
48440000 Financial analysis and accounting software package
48450000 Time accounting or human resources software package
48451000 Enterprise resource planning software package
48480000 Sales, marketing and business intelligence software package
48490000 Procurement software package
48500000 Communication and multimedia software package
48510000 Communication software package
48600000 Database and operating software package
48610000 Database systems
48620000 Operating systems
48700000 Software package utilities
48710000 Backup or recovery software package
48730000 Security software package
48760000 Virus protection software package
48800000 Information systems and servers
48810000 Information systems
48820000 Servers
48900000 Miscellaneous software package and computer systems
72200000 Software programming and consultancy services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This lot is for the provision of software applications and systems and any associated services across public sector organisations. This may be for a new solution, amendment or upgrade of an existing solution, from a single boxed order through to full deployment of a software solution.

This may include commercial off the shelf software (COTS), open source software, software licenses or niche and bespoke software specific to the organisation.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 30 %
Quality criterion - Name: Delivery and customer service / Weighting: 30 %
Quality criterion - Name: Sustainability/social value / Weighting: 10 %
Price - Weighting: 30 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2019
End: 30/09/2023
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.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement will cover the period from 1.10.2019 to 30.9.2021 with 2 options to extend for an additional 12 months. The maximum contract period will therefore be 4 years, from 1.10.2019 to 30.9.2023 (subject to an annual review, incorporating price negotiations and KPI performance).

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Supply of Hardware and Software

Lot No: 3
II.2.2)Additional CPV code(s)
30000000 Office and computing machinery, equipment and supplies except furniture and software packages
30200000 Computer equipment and supplies
48000000 Software package and information systems
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This lot is for the provision of combined ICT hardware and software requirements as specified in Lot 1 Supply of hardware and Lot 2 Software Applications, to allow the customer opportunity of one provider over both provisions. Providers who are successful on both Lot 1 and Lot 2 will appear on this Lot 3, unless they opt out.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 30 %
Quality criterion - Name: Delivery and customer service / Weighting: 30 %
Quality criterion - Name: Sustainability/social value / Weighting: 10 %
Price - Weighting: 30 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2019
End: 30/09/2023
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.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement will cover the period from 1.10.2019 to 30.9.2021 with 2 options to extend for an additional 12 months. The maximum contract period will therefore be 4 years, from 1.10.2019 to 30.9.2023 (subject to an annual review, incorporating price negotiations and KPI performance).

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Anything as a Service (XaaS)

Lot No: 4
II.2.2)Additional CPV code(s)
72222300 Information technology services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This lot is for the provision of IT service solutions in which a provider will deliver full-service desk and on-site support, where a customer will be able to sign up to a subscription-based model with a provider for the delivery of anything as a service.

This may be facilitated by a Provider via remote access over a network or managed on-site dependant on the nature. This lot is not suitable for customers who require a fully managed ICT service infrastructure.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 30 %
Quality criterion - Name: Delivery and customer service / Weighting: 30 %
Quality criterion - Name: Sustainability/social value / Weighting: 10 %
Price - Weighting: 30 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2019
End: 30/09/2023
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.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement will cover the period from 1.10.2019 to 30.9.2021 with 2 options to extend for an additional 12 months. The maximum contract period will therefore be 4 years, from 1.10.2019 to 30.9.2023 (subject to an annual review, incorporating price negotiations and KPI performance).

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Hardware Catalogue

Lot No: 5
II.2.2)Additional CPV code(s)
30200000 Computer equipment and supplies
30211000 Mainframe computer
30212000 Minicomputer hardware
30213000 Personal computers
30213100 Portable computers
30213200 Tablet computer
30213300 Desktop computer
30216110 Scanners for computer use
30230000 Computer-related equipment
30231000 Computer screens and consoles
32250000 Mobile telephones
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

Providers for this lot must be able to provide our customer with a range of commoditised technology hardware products that can be sourced via our online and paper catalogue.

Potential providers are required to demonstrate/provide a range across a minimum of three different manufacturers/brands.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 20 %
Quality criterion - Name: Delivery and customer service / Weighting: 25 %
Quality criterion - Name: Sustainability/added value / Weighting: 5 %
Price - Weighting: 50 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2019
End: 30/09/2023
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.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement will cover the period from 1.10.2019 to 30.9.2021 with 2 options to extend for an additional 12 months. The maximum contract period will therefore be 4 years, from 1.10.2019 to 30.9.2023 (subject to an annual review, incorporating price negotiations and KPI performance).

II.2.12)Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Technology Operational Services

Lot No: 6
II.2.2)Additional CPV code(s)
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
72250000 System and support services
72500000 Computer-related services
72610000 Computer support services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This lot is for any operational services which are required for a customer to manage the provision of their technology requirement.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 30 %
Quality criterion - Name: Delivery and customer service / Weighting: 30 %
Quality criterion - Name: Sustainability/social value / Weighting: 10 %
Price - Weighting: 30 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2019
End: 30/09/2023
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.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement will cover the period from 1.10.2019 to 30.9.2021 with 2 options to extend for an additional 12 months. The maximum contract period will therefore be 4 years, from 1.10.2019 to 30.9.2023 (subject to an annual review, incorporating price negotiations and KPI performance).

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Service Design and Implementation

Lot No: 7
II.2.2)Additional CPV code(s)
72222000 Information systems or technology strategic review and planning services
72223000 Information technology requirements review services
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This lot is for the provision of technology service design and implementation, with the purpose of helping customers evaluate their current technology environment and assist with developing/designing of an improved IT infrastructure, along with full implementation and associated services where required.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 30 %
Quality criterion - Name: Delivery and customer service / Weighting: 30 %
Quality criterion - Name: Sustainability/social value / Weighting: 10 %
Price - Weighting: 30 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2019
End: 30/09/2023
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.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement will cover the period from 1.10.2019 to 30.9.2021 with 2 options to extend for an additional 12 months. The maximum contract period will therefore be 4 years, from 1.10.2019 to 30.9.2023 (subject to an annual review, incorporating price negotiations and KPI performance).

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

IT Asset Destruction

Lot No: 8
II.2.2)Additional CPV code(s)
30200000 Computer equipment and supplies
72000000 IT services: consulting, software development, Internet and support
II.2.3)Place of performance
NUTS code: UK UNITED KINGDOM
II.2.4)Description of the procurement:

This lot is for the provision of ICT hardware asset destruction, to allow for secure decommission of ICT electrical equipment, including the sanitising of data and shredding of media.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 30 %
Quality criterion - Name: Delivery and customer service / Weighting: 30 %
Quality criterion - Name: Sustainability/social value / Weighting: 10 %
Price - Weighting: 30 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/10/2019
End: 30/09/2023
This contract is subject to renewal: yes
Description of renewals:

There is a possibility this this framework will be renewed after 3,5 years from the commencement date.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:

The Framework Agreement will cover the period from 1.10.2019 to 30.9.2021 with 2 options to extend for an additional 12 months. The maximum contract period will therefore be 4 years, from 1.10.2019 to 30.9.2023 (subject to an annual review, incorporating price negotiations and KPI performance).

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.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.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.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 IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.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:

IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 21/08/2019
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.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)
IV.2.7)Conditions for opening of tenders
Date: 21/08/2019
Local time: 14:00

Section VI: Complementary information

VI.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.

VI.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/ojeu-permissible-users.aspx

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).

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of England and Wales
Town: London
Country: United Kingdom
VI.5)Date of dispatch of this notice:
17/07/2019