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 7901239756
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/Advert/Index?advertId=2b3d505c-f7f4-e611-80dd-005056b64545
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://procontract.due-north.com/Advert/Index?advertId=2b3d505c-f7f4-e611-80dd-005056b64545
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 - 000750 Vehicle Telematics & Journey Recorders
Reference number: 000750
II.1.2) Main CPV code
31610000
II.1.3) Type of contract
Supplies
II.1.4) Short description
YPO are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Vehicle Telematics & Journey Recorders. The DPS is designed to meet the needs of all public sector organisations which includes YPO's internal requirements.
II.1.5) Estimated total value
Value excluding VAT:
50 000 000.00
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
Vehicle Telematics
II.2.2) Additional CPV code(s)
31610000
50111110
50330000
51500000
64226000
72253000
72254000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Category is reserved for suppliers interested in supplying vehicle telemetry equipment.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
05/04/2017
End:
24/02/2029
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be subject to renewal after 11.5 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 DPS will cover the period from 05 April 2017 to 03 April 2022 with 3 options to extend for an additional 12 months and a final extension for an additional 4 years. The first decision to extend the contract period will be taken by the end of February of each year and will be dependent on satisfactory completion of all aspects of the DPS to date, the current market conditions for this category, its continued relevance to the market and YPO’s contracting structures. The maximum contract period will therefore be 12 years, from 05 April 2017 to 24 February 2029 (subject to an annual review, incorporating price negotiations 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
II.2.14) Additional information
Suppliers are able to join throughout the term of this DPS
Lot No: 2
II.2.1) Title
Vehicle Journey Recorders
II.2.2) Additional CPV code(s)
31610000
32441100
32441300
34221200
38651000
38651600
50111110
50330000
51500000
64226000
72253000
72254000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Category is reserved for suppliers interested in supplying vehicle journey recorders
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
05/04/2017
End:
24/02/2029
This contract is subject to renewal: Yes
Description of renewals:
There is a possibility that this framework will be subject to renewal after 11.5 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 DPS will cover the period from 05 April 2017 to 03 April 2022 with 3 options to extend for an additional 12 months and a final extension for an additional 4 years. The first decision to extend the contract period will be taken by the end of February of each year and will be dependent on satisfactory completion of all aspects of the DPS to date, the current market conditions for this category, its continued relevance to the market and YPO’s contracting structures. The maximum contract period will therefore be 12 years, from 05 April 2017 to 24 February 2029 (subject to an annual review, incorporating price negotiations 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
II.2.14) Additional information
Suppliers are able to join throughout the term of this DPS
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 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) 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2017/S 031-056666
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
24/02/2029
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 framework will be subject to renewal after 11.5 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. 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
16/05/2025