Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

YPO - 001110 Emergency Response and Rescue Equipment

  • First published: 16 March 2022
  • Last modified: 16 March 2022
  • Version: N/A
  •  

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
YPO
Authority ID:
AA24923
Publication date:
16 March 2022
Deadline date:
13 June 2032
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This category covers all different types of water rescues equipment and protective clothing. The category can be utilised for the provision of (but not limited to):

Protective Clothing and Footwear

• Dry Suits

• Dry Suits for Contaminated Water

• Wet suits

• Under suits

• Protective Headwear

• Footwear

• Gloves

Life Jackets and Flotation Devices

• Inflatable Life Jackets

• Foam Life Jackets

• Buoyancy Aids

• Lifebuoys

• Personnel floatation devices

Crafts, Rafts and Trailers

• Inflatable Boats

• Inflatable Paths

• Life Rafts

• Offshore Evacuation Systems

• Rescue rafts and sleds,

• Outboard engines

• Trailers

Diving Equipment

• Regulators

• Masks

• Cylinders and Accessories

Water Rescue and Sub Surface Rescue Equipment

• Reaching Poles and attachments

• Wading Poles

• Throw Lines

• Searchlights

• Cameras and search devices

Optional service arrangements that fall within the scope of water rescue can be procured via this category if required – Supplier dependant.

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements. Demonstration of certificated standards and/or testing methods may be requested at this stage.

Full notice text

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.2) 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 - 001110 Emergency Response and Rescue Equipment

Reference number: 001110

II.1.2) Main CPV code

35000000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

YPO are looking for Suppliers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Emergency Response and Rescue Equipment. The DPS is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements and any of YPO’s wholly owned associated or subsidiary companies.

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: 1

II.2.1) Title

Lot 1 - Water Rescue Equipment Including Protective Clothing and Footwear

II.2.2) Additional CPV code(s)

18221000

18400000

18830000

31518600

34000000

34500000

34515000

34515200

35113000

37412240

37412241

37412242

39525300

75252000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This category covers all different types of water rescues equipment and protective clothing. The category can be utilised for the provision of (but not limited to):

Protective Clothing and Footwear

• Dry Suits

• Dry Suits for Contaminated Water

• Wet suits

• Under suits

• Protective Headwear

• Footwear

• Gloves

Life Jackets and Flotation Devices

• Inflatable Life Jackets

• Foam Life Jackets

• Buoyancy Aids

• Lifebuoys

• Personnel floatation devices

Crafts, Rafts and Trailers

• Inflatable Boats

• Inflatable Paths

• Life Rafts

• Offshore Evacuation Systems

• Rescue rafts and sleds,

• Outboard engines

• Trailers

Diving Equipment

• Regulators

• Masks

• Cylinders and Accessories

Water Rescue and Sub Surface Rescue Equipment

• Reaching Poles and attachments

• Wading Poles

• Throw Lines

• Searchlights

• Cameras and search devices

Optional service arrangements that fall within the scope of water rescue can be procured via this category if required – Supplier dependant.

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements. Demonstration of certificated standards and/or testing methods may be requested at this stage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality, Delivery and Customer Service / Weighting: 60%

Quality criterion: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion: Cost / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 14/06/2022

End: 13/06/2032

This contract is subject to renewal: Yes

Description of renewals:

There is a possibility that this DPS will be subject to renewal after 9.5 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 initial DPS will cover the period from 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 14/06/2022 to 13/06/2032 (subject to an annual review 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

Lot No: 2

II.2.1) Title

Lot 2 - Hoses, Pumps and Associated Products/Services

II.2.2) Additional CPV code(s)

35111000

42122110

44165000

44165100

44482100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This category covers all different types of hoses, pumps and associated products / services.

The category can be utilised for the provision of (but not limited to):

• Hoses

• Reels

• Hose Nozzles

• Lances - Water Mist Lance

• Branches

• Suction Hoses

• Monitors

• Portable and Fixed Pumps

• Salvage pumps

Optional service arrangement (but not limited to) – Supplier dependant

• Hose Testing and Repair

• Servicing/Maintenance

• Parts and/or Repair

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements. Demonstration of certificated standards and/or testing methods may be requested at this stage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality, Delivery and Customer Service / Weighting: 60%

Quality criterion: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion: Cost / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 14/06/2022

End: 13/06/2032

This contract is subject to renewal: Yes

Description of renewals:

There is a possibility that this DPS will be subject to renewal after 9.5 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 initial DPS will cover the period from 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 14/06/2022 to 13/06/2032 (subject to an annual review 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

Lot No: 3

II.2.1) Title

Lot 3 - Working at Heights Equipment - Products/Services

II.2.2) Additional CPV code(s)

18823000

35110000

35112000

35113000

37535292

75252000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This category covers all products and equipment associated with working at heights.

The category can be utilised for the provision of (but not limited to):

• Harnesses

• Suspension Seats

• Lifting Accessories

• Ropes

• Descenders and Ascenders

• Connectors

• Pulleys & anchorage

• Ladders & Platforms

• Protective Headwear

• Headtorch

• Safety Gloves

• Footwear

• Accessory equipment

• Key Bags

Optional service arrangements that fall within the scope of working at heights can be procured via this category if required – Supplier dependant.

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements. Demonstration of certificated standards and/or testing methods may be requested at this stage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality, Delivery and Customer Service / Weighting: 60%

Quality criterion: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion: Cost / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 14/06/2022

End: 13/06/2032

This contract is subject to renewal: Yes

Description of renewals:

There is a possibility that this DPS will be subject to renewal after 9.5 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 initial DPS will cover the period from 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 14/06/2022 to 13/06/2032 (subject to an annual review 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

Lot No: 4

II.2.1) Title

Lot 4 - Vehicle Stabilising and Cutting Equipment - RTC - Products/Services

II.2.2) Additional CPV code(s)

35112000

35113000

75250000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This category covers all products for use in vehicle stabilising, cutting and rescue from vehicles or equipment.

The category can be utilised for the provision of (but not limited to):

• Stationary Cutters

• Mobile Cutters

• Spreaders

• Hydraulic Pumps

o Hand and Foot Operated

o Petrol, Diesel and Electric/Battery Operated

• Vehicle Stabilisation - Air Bags / Lifting Bags

• Rescue props

• Lifting equipment

Optional service arrangements that fall within the scope of rescue from vehicles can be procured via this category if required – Supplier dependant.

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements. Demonstration of certificated standards and/or testing methods may be requested at this stage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality, Delivery and Customer Service / Weighting: 60%

Quality criterion: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion: Cost / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 14/06/2022

End: 13/06/2032

This contract is subject to renewal: Yes

Description of renewals:

There is a possibility that this DPS will be subject to renewal after 9.5 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 initial DPS will cover the period from 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 14/06/2022 to 13/06/2032 (subject to an annual review 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

Lot No: 5

II.2.1) Title

Lot 5 - Lighting and Associated Products/Services

II.2.2) Additional CPV code(s)

31000000

31500000

31518200

35111000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This category covers all lighting and associated products that are to be used in rescue situations.

The category can be utilised for the provision of (but not limited to):

• Handheld Torches

• Headtorches

• Searchlights

• Floodlights

• Navigation and identification lights

Optional service arrangements that fall within the scope of lighting can be procured via this category if required – Supplier dependant.

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements. Demonstration of certificated standards and/or testing methods may be requested at this stage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality, Delivery and Customer Service / Weighting: 60%

Quality criterion: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion: Cost / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 14/06/2022

End: 13/06/2032

This contract is subject to renewal: Yes

Description of renewals:

There is a possibility that this DPS will be subject to renewal after 9.5 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 initial DPS will cover the period from 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 14/06/2022 to 13/06/2032 (subject to an annual review 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

Lot No: 6

II.2.1) Title

Lot 6 - Rescue Tools including Lances and Battery Powered Tools - Products/Services

II.2.2) Additional CPV code(s)

35111000

35111510

75252000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This category covers all small tools, lances and battery powered tools which are used during all types of rescue situations.

The category can be utilised for the provision of (but not limited to):

• Step Blocks

• Seatbelt Cutters

• Rescue Knife

• Wire Cutters

• Entry Tools and Bars

• Axes

• Lance

• Battery Powered Tools and Battery Packs

o Saw

o Angle Grinder

o Metal Shear

o Disc Cutter

Optional service arrangements that fall within the scope of rescue tools can be procured via this category if required – Supplier dependant.

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality, Delivery and Customer Service / Weighting: 60%

Quality criterion: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion: Cost / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 14/06/2022

End: 13/06/2032

This contract is subject to renewal: Yes

Description of renewals:

There is a possibility that this DPS will be subject to renewal after 9.5 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 initial DPS will cover the period from 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 14/06/2022 to 13/06/2032 (subject to an annual review 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

Lot No: 7

II.2.1) Title

Lot 7 - Portable and Pop-Up Shelter and Associated Products/Services

II.2.2) Additional CPV code(s)

31120000

39522530

44112100

44112110

45216129

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This category covers all portable and pop-up shelters and associated products / services.

The category can be utilised for the provision of (but not limited to):

• Portable Shelter

• Pop-up Shelter

• Decontamination Tent

• Universal Tent

• Medical Tent

• Inflatable Air shelter (Structures) Awnings

• Portable Generators

Optional service arrangement (but not limited to) – Supplier dependant

• Servicing/Maintenance

• Parts and/or Repair

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements. Demonstration of certificated standards and/or testing methods may be requested at this stage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality, Delivery and Customer Service / Weighting: 60%

Quality criterion: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion: Cost / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 14/06/2022

End: 13/06/2032

This contract is subject to renewal: Yes

Description of renewals:

There is a possibility that this DPS will be subject to renewal after 9.5 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 initial DPS will cover the period from 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 14/06/2022 to 13/06/2032 (subject to an annual review 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

Lot No: 8

II.2.1) Title

Lot 8 - Thermal Imaging Cameras and Associated Products/Services

II.2.2) Additional CPV code(s)

35111000

38651000

75252000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This category covers all thermal imaging cameras and associated products.

The category can be utilised for the provision of (but not limited to):

• Thermal Imaging Cameras

• Battery Packs

• Charging Facilities

• Mounts

Optional service arrangements that fall within the scope of thermal imaging cameras can be procured via this category if required – Supplier dependant.

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements. Demonstration of certificated standards and/or testing methods may be requested at this stage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality, Delivery and Customer Service / Weighting: 60%

Quality criterion: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion: Cost / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 14/06/2022

End: 13/06/2032

This contract is subject to renewal: Yes

Description of renewals:

There is a possibility that this DPS will be subject to renewal after 9.5 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 initial DPS will cover the period from 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 14/06/2022 to 13/06/2032 (subject to an annual review 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

Lot No: 9

II.2.1) Title

Lot 9 - Smoke Control - PPV Fans, Smoke Curtains and Associated Products/Services.

II.2.2) Additional CPV code(s)

35111000

39717100

42521000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This category covers equipment used to manage and control the flow of smoke.

The category can be utilised for the provision of (but not limited to):

• PPV Fans

• Smoke/Fire Curtains

• Ventilation Props

• Exhaust Adapters

Optional service arrangements that fall within the scope of smoke control can be procured via this category if required – Supplier dependant.

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements. Demonstration of certificated standards and/or testing methods may be requested at this stage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality, Delivery and Customer Service / Weighting: 60%

Quality criterion: Sustainability, CR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion: Cost / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 14/06/2022

End: 13/06/2032

This contract is subject to renewal: Yes

Description of renewals:

There is a possibility that this DPS will be subject to renewal after 9.5 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 initial DPS will cover the period from 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 14/06/2022 to 13/06/2032 (subject to an annual review 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

Lot No: 10

II.2.1) Title

Lot 10 - Land & Sea Rescue - Products/Services

II.2.2) Additional CPV code(s)

33192160

34515000

35110000

35112000

35113000

42141410

42416300

75252000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This category covers equipment used in land and sand rescue type situations.

The category can be utilised for the provision of (but not limited to):

• Rescue Stretchers

• Vacuum Mattress Bag

• Winches – Electric and Hand/Manual

• Hoists

• Lances – Sand Lance/Mud Lance

• Inflatable Rescue Path

• Vehicle Traction Pad - Tyre Wheel Grip Traction Mat

Optional service arrangements that fall within the scope of land and sand rescue can be procured via this category if required – Supplier dependant.

Customers will write their own specification at Further Competition stage to suit their exact needs and requirements. Demonstration of certificated standards and/or testing methods may be requested at this stage.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality, Delivery and Customer Service / Weighting: 60%

Quality criterion: Sustainability, CSR, Community Benefits & Net Zero / Weighting: 10%

Cost criterion: Cost / Weighting: 30%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 14/06/2022

End: 13/06/2032

This contract is subject to renewal: Yes

Description of renewals:

There is a possibility that this DPS will be subject to renewal after 9.5 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 initial DPS will cover the period from 14/06/2022 to 13/06/2026. The first decision to extend the contract period will be taken by the end of the 4th year (10/03/20226) and every year thereafter. This will be dependent on satisfactory completion of all aspects of the contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum contract period will therefore be 10 years, from 14/06/2022 to 13/06/2032 (subject to an annual review 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

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 DPS Establishment 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

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 13/06/2032

Local time: 23:55

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: 3 (from the date stated for receipt of tender)

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 DPS will be subject to renewal after 9.5 years from the

commencement date.

VI.3) Additional information

Please note that deadline for submissions for the initial establishment/first round of the DPS is 19 April 2022 at 14:00pm. Following the initial establishment, the DPS will remain open for any Suppliers to submit a bid at any point until the closing date of the DPS.

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).

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

15/03/2022

Coding

Commodity categories

ID Title Parent category
37412241 Breathing apparatus for diving Water-sports equipment
38651000 Cameras Photographic equipment
18823000 Climbing boots Sports footwear
37412240 Diving instruments or accessories Water-sports equipment
37412242 Diving wear Water-sports equipment
31000000 Electrical machinery, apparatus, equipment and consumables; lighting Technology and Equipment
31518200 Emergency lighting equipment Signalling lights
39717100 Fans Fans and air-conditioning appliances
44482100 Fire hoses Fire-protection devices
35111510 Fire suppression hand tools Firefighting equipment
75250000 Fire-brigade and rescue services Provision of services to the community
35111000 Firefighting equipment Firefighting, rescue and safety equipment
35110000 Firefighting, rescue and safety equipment Emergency and security equipment
34515000 Floating structures Ships
31120000 Generators Electric motors, generators and transformers
42416300 Hoists Lifts, skip hoists, hoists, escalators and moving walkways
44165100 Hoses Hoses, risers and sleeves
44165000 Hoses, risers and sleeves Pipeline, piping, pipes, casing, tubing and related items
34515200 Inflatable rafts Floating structures
39525300 Life jackets Miscellaneous manufactured textile articles
31500000 Lighting equipment and electric lamps Electrical machinery, apparatus, equipment and consumables; lighting
18830000 Protective footwear Footwear
45216129 Protective shelters Construction work for buildings relating to law and order or emergency services and for military buildings
42122110 Pumps for firefighting Pumps
35112000 Rescue and emergency equipment Firefighting, rescue and safety equipment
75252000 Rescue services Fire-brigade and rescue services
37535292 Rope climbing equipment Roundabouts, swings, shooting galleries and other fairground amusements
35113000 Safety equipment Firefighting, rescue and safety equipment
31518600 Searchlights Signalling lights
35000000 Security, fire-fighting, police and defence equipment Defence and security
44112110 Shelter parts Miscellaneous building structures
44112100 Shelters Miscellaneous building structures
34500000 Ships and boats Transport equipment and auxiliary products to transportation
42521000 Smoke-extraction equipment Ventilation equipment
18400000 Special clothing and accessories Clothing, footwear, luggage articles and accessories
33192160 Stretchers Medical furniture
39522530 Tents Tarpaulins, sails for boats, sailboards or land craft, awnings, sunblinds, tents and camping goods
34000000 Transport equipment and auxiliary products to transportation Transport and Related Services
18221000 Waterproof clothing Weatherproof clothing
42141410 Winches Plain gears, gearing and driving elements

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
contracts@ypo.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.