YPO Technology Hardware and Software Service Solutions Framework
8 Lots. Supply of Hardware – Lot No: 1.
United Kingdom-Wakefield: IT services: consulting, software development, Internet and support
2019/S 139-342414
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: contracts@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 — 000979 Technology Hardware and Software Service Solutions
II.1.2)Main CPV code
II.1.3)Type of contract
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
II.1.6)Information about lots
II.2.1)Title:
Supply of Hardware
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
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 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
II.2.1)Title:
Software Applications
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
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 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
II.2.1)Title:
Supply of Hardware and Software
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
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 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
II.2.1)Title:
Anything as a Service (XaaS)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
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 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
II.2.1)Title:
Hardware Catalogue
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
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 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
II.2.13)Information about European Union funds
II.2.1)Title:
Technology Operational Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
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 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
II.2.1)Title:
Service Design and Implementation
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
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 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
II.2.1)Title:
IT Asset Destruction
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
There is a possibility this 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 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
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.2.2)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: