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: http://www.ypo.co.uk/
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/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/
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 - 001200 Enforcement Agency Services
Reference number: 001200
II.1.2) Main CPV code
79940000
II.1.3) Type of contract
Services
II.1.4) Short description
YPO are looking for Suppliers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Enforcement Agency Services. The DPS is designed to meet the needs of all public sector organisations.
II.1.5) Estimated total value
Value excluding VAT:
150 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
75242110
98351110
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
YPO are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Enforcement Agency Services including High Court Enforcement. This includes the collection of all debt types which a Contracting Authority may have a requirement to collect and other services an Enforcement Agent can typically provide. Examples of the debt types include but are not limited to; council tax, parking fines, non-domestic rates/business rates, road traffic fines, sundry debt, housing benefits overpayments, social care debts and university accommodation fees. Examples of other services may include but are not limited to repossessions, evictions, tracing services and debt collection advice/consultancy.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 100%
Price
/ Weighting:
0%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
14/05/2024
End:
13/05/2028
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this DPS will be renewed after 3.5 years from the commencement dtae.
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:
No
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 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) 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:
13/05/2028
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 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/permissible-users .
YPO will incorporate a standstill period at the point of notification of the award of the contract
is provided to all bidders, after 1st round of submissions. 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
08/03/2024