Managing Consultancy and Professional Services Framework – Yorkshire
Yorkshire Purchasing Organisation are looking for a provider to be appointed onto a Framework Agreement for the provision of managing consultancy and professional services.
United Kingdom-Wakefield: Business services: law, marketing, consulting, recruitment, printing and security
2019/S 100-242495
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
41 Industrial Park
Wakefield
WF2 0XE
United Kingdom
Contact person: Contracts Team
Telephone: +44 1924664685
E-mail: conracts@ypo.co.uk
NUTS code: UKE45
Address of the buyer profile: https://procontract.due-north.com
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
YPO – 000940 Managing Consultancy and Professional Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
YPO are looking for a provider to be appointed onto a Framework Agreement for the provision of managing consultancy and professional services. The framework is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements.
The aim of this framework is to appoint a provider to deliver a Managed Service provision (MSP) for consultancy and professional service requirements. The managed service provider will support the delivery of consultancy projects and/or professionals into all public sector requirements.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The aim of this framework is to appoint a provider to deliver a Managed Service provision (MSP) for consultancy and professional service requirements. The managed service provider will support the delivery of consultancy projects and/or professionals into all public sector requirements.
The solution will be structured to give a full managed service provision for a public sector organisation or for individual one-off consultancy requirements for each Contracting Authority. The MSP is delivering the Contracting Authority a consultancy/professional service.
The managed service provider must have the expertise to understand the Contracting Authority requirements to ensure the appropriate service is delivered using a consultant/professional.
Consultant/professional delivers a specific piece of work, statement of work or project over a set period of time when the skills, experience, expertise or specialist knowledge are not available within the Contracting Authority.
This can be done by an individual, consultancy agency or consultancy organisation who is employed on a fee basis, to deliver this set piece of work.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility that this framework will be renewed after 3,5 years from the commencement date.
II.2.10)Information about variants
II.2.11)Information about options
The Framework Agreement will cover the period from 1.10.2019 until 30.9.2022 with the option to extend for an additional 12 months (subject to an annual review, incorporating price negotiations and KPI performance).
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
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
III.1.3)Technical and professional ability
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.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
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.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice: