The procurement documents are available for unrestricted and full direct access, free of charge at:
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
There is a possibility that this DPS will be subject to renewal after 9.5 years from the
commencement date.
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
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).