Contract notice
Section I: Contracting
authority
I.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
UK
Contact person: Contracts Team
Telephone: +44 1924664685
E-mail: Contracts@ypo.co.uk
NUTS: UKE45
Internet address(es)
Main address: http://www.ypo.co.uk/
Address of the buyer profile: https://procontract.due-north.com/register?ReadForm
I.1) Name and addresses
Association of North East Councils, trading as the North East Procurement Organisation (NEPO)
Gateshead
NE8 3DF
UK
E-mail: nick.mcdonald@nepo.org
NUTS: UKC2
Internet address(es)
Main address: www.nepo.org
I.2) Joint procurement
The contract involves 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/register?ReadForm
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/register?ReadForm
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 - 001205 Electronic Catering Management and Payment Solutions
Reference number: 001205
II.1.2) Main CPV code
48000000
II.1.3) Type of contract
Supplies
II.1.4) Short description
YPO are looking for Providers to be appointed onto a Framework Agreement for the provision of Electronic Catering Management and Payment Solutions. YPO’s intention is to create a compliant route to market for our customers and also the awarded Suppliers. It is to enable the public sector a route to purchasing Electronic Catering Management and Payment solutions from one Framework with an array of Suppliers and offerings.
YPO is the lead Public Sector Buying Organisation for this Framework Agreement working in collaboration with NEPO.
II.1.5) Estimated total value
Value excluding VAT:
40 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1a
II.2.1) Title
Electronic Meal Ordering and Catering Management for the NHS - Cloud Hosted
II.2.2) Additional CPV code(s)
30213200
48000000
48100000
48170000
48211000
48219300
48310000
48311000
48330000
48400000
48430000
48450000
48700000
48900000
55510000
72200000
72211000
72212180
72212517
72212900
72227000
72230000
72261000
72262000
72263000
72264000
72265000
72266000
72267100
72267200
72268000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1a is for the provision of Electronic Meal Ordering and Catering Management solutions - Cloud Hosted across the NHS or any other hospital or Health and Social Care environment which enables end users to order meals digitally, and the Contracting Authority to manage any food related information for the purposes of reducing waste, paper, and time.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value, Sustainability and Modern Slavery
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
06/08/2024
End:
05/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date
II.2.9) Information about the limits on the number of candidates to be invited
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 6th August 2024 – 5th August 2026 with the option of 1 x 24 months extension to 5th August 2028, after the initial two years. The decision to extend the Framework period will be taken by the end of April 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 6th August 2024 – 5th August 2028
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 1b
II.2.1) Title
Lot 1b - Electronic Meal Ordering and Catering Management for the NHS On Premise
II.2.2) Additional CPV code(s)
48000000
48100000
48110000
48170000
48219300
48310000
48311000
48330000
48332000
48400000
48430000
48450000
48700000
48900000
55510000
72200000
72211000
72212000
72212517
72212900
72227000
72230000
72265000
72266000
72267100
72267200
72268000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1b is for the provision of Electronic Meal Ordering and Catering Management solutions - On Premises across the NHS or any other hospital or Health and Social Care environment which enables end users to order meals digitally, and the Contracting Authority to manage any food related information for the purposes of reducing waste, paper, and time.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value, Sustainability and Modern Slavery
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
06/08/2024
End:
05/04/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date
II.2.9) Information about the limits on the number of candidates to be invited
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 6th August 2024 – 5th August 2026 with the option of 1 x 24 months extension to 5th August 2028, after the initial two years. The decision to extend the Framework period will be taken by the end of April 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 6th August 2024 – 5th August 2028.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
Electronic Meal Ordering and Catering Management for Wider Public Sector (WPS)
II.2.2) Additional CPV code(s)
30213200
48000000
48170000
48211000
48219300
48310000
48311000
48330000
48332000
48400000
48430000
55500000
55510000
55524000
72200000
72211000
72212180
72212517
72212900
72227000
72230000
72261000
72262000
72263000
72264000
72265000
72266000
72267100
72267200
72268000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 is for the provision of Electronic Meal Ordering and Catering Management solution hosted within the cloud, which enables end users to order meals digitally, and the Contracting Authority to manage any food related information for the purposes of reducing waste, paper and time. This Lot will be open to the whole of the Public Sector but it is expected to be utilised primarily within education environments, more specifically primary schools.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value, Sustainability and Modern Slavery
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
06/08/2024
End:
05/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date
II.2.9) Information about the limits on the number of candidates to be invited
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 6th August 2024 – 5th August 2026 with the option of 1 x 24 months extension to 5th August 2028, after the initial two years. The decision to extend the Framework period will be taken by the end of April 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 6th August 2024 – 5th August 2028.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Lot 3 - Cashless Catering Systems
II.2.2) Additional CPV code(s)
30213200
48000000
48100000
48110000
48170000
48211000
48217000
48219300
48219400
48310000
48311000
48330000
48332000
48430000
48440000
48500000
48700000
48900000
55500000
55524000
72000000
72200000
72211000
72212000
72212517
72212900
72227000
72230000
72260000
72261000
72262000
72263000
72264000
72265000
72266000
72267100
72267200
72268000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 3 is for the provision of Cashless Catering Systems, which will be hosted within the cloud. The system will allow for payment and recognition methods which enable the end user to utilise the account and pay for meals. This Lot will be open to the whole of the Public Sector but it is expected to be utilised primarily within education environments, more specifically secondary schools.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value, Sustainability and Modern Slavery
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
06/08/2024
End:
05/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date
II.2.9) Information about the limits on the number of candidates to be invited
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 6th August 2024 – 5th August 2026 with the option of 1 x 24 months extension to 5th August 2028, after the initial two years. The decision to extend the Framework period will be taken by the end of April 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 6th August 2024 – 5th August 2028.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Lot 4 - Online Payment Solutions
II.2.2) Additional CPV code(s)
30213200
48000000
48110000
48210000
48211000
48217000
48219300
48219400
48310000
48311000
48330000
48332000
48400000
48430000
48440000
48450000
48700000
48900000
72200000
72211000
72212000
72212110
72212517
72227000
72230000
72260000
72261000
72262000
72263000
72264000
72265000
72266000
72267100
72267200
72268000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4 is for the provision of Online Payment Solutions, which will be hosted within the cloud. The system will allow for payment methods which enable the end user to utilise the account and pay for items. This Lot will be open to the whole of the Public Sector but utilised primarily within education environments.
A secure online payment system allowing end users to pay for items/services digitally, and incorporate future cashless options, remaining in line with all relevant up to date regulations.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 55%
Quality criterion: Social Value, Sustainability and Modern Slavery
/ Weighting: 15%
Cost criterion: Cost
/ Weighting: 30%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
06/08/2024
End:
05/08/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this Framework will be subject to renewal after 3.5 years from the commencement date
II.2.9) Information about the limits on the number of candidates to be invited
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 6th August 2024 – 5th August 2026 with the option of 1 x 24 months extension to 5th August 2028, after the initial two years. The decision to extend the Framework period will be taken by the end of April 2026 and will be dependent on satisfactory completion of all aspects of the Framework to date, the current market conditions for this category and YPO’s contracting structures. Suppliers will be made aware of the decision to take extensions 3 months prior. The maximum contract period will therefore be 4 years, from 6th August 2024 – 5th August 2028.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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 the ‘Communication’ section of 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 in our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘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 with several operators.
Justification for any framework agreement duration exceeding 4 years:
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-019585
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/05/2024
Local time: 14:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
22/05/2024
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 subject to renewal after 3.5 years from the commencement date
VI.3) Additional information
YPO are purchasing on behalf of other contracting authorities. Please see the below link for details:
https://www.ypo.co.uk/about/customers/permissible-users
https://www.nepo.org/associate-membership/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 Contract 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).
https://www.judiciary.uk/court/high-court/
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
London
UK
VI.5) Date of dispatch of this notice
16/04/2024