Notice Information
Notice Title
YPO - 001218 Critical Incident Management and Public Safety Software and Systems
Notice Description
YPO are looking for Providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Critical Incident and Public Safety Software / Systems. 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.
Lot Information
Critical Incident Management Software / Systems
This Category is to provide and implement an intuitive range of software and hardware for the purpose of overarching management of mission critical incidents. This may be for a new solution, amendment, or upgrade of an existing solution to the full deployment of an end-to-end software solution and associated peripherals. This may include commercial off the shelf software (COTS), open-source software, software licenses or niche and bespoke software specific to the organisation.
Options: The DPS will cover the period from 20th January 2024 to 19th January 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 20th January 2024 to 19th January 2034 (subject to an annual review, incorporating price negotiations and KPI performance).
Renewal: There is a possibility that this DPS will be renewed after 9.5 years from the commencement date.
Public Safety and Place Mangement Software / SystemsThis Category is to provide and implement an intuitive range of software and hardware for the purpose of overarching management of events and place management. This may be for a new solution, amendment, or upgrade of an existing solution to the full deployment of an end-to-end software solution and associated peripherals. This may include commercial off the shelf software (COTS), open-source software, software licenses or niche and bespoke software specific to the organisation.
Options: The DPS will cover the period from 20th January 2024 to 19th January 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 20th January 2024 to 19th January 2034 (subject to an annual review, incorporating price negotiations and KPI performance).
Renewal: There is a possibility that this DPS will be renewed after 9.5 years from the commencement date.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-03e130
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/046571-2025
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Dynamic
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
35 - Security, fire-fighting, police and defence equipment
-
- CPV Codes
35710000 - Command, control, communication and computer systems
Notice Value(s)
- Tender Value
- £500,000,000 £100M-£1B
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Aug 20254 months ago
- Submission Deadline
- 19 Jan 20349 years to go
- Future Notice Date
- 30 Sep 2023Expired
- Award Date
- Not specified
- Contract Period
- 20 Jan 2024 - 19 Jan 2034 Over 5 years
- Recurrence
- There is a possibility that this DPS will be renewed after 9.5 years from the commencement date.
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- YPO
- Contact Name
- Contracts Team
- Contact Email
- contracts@ypo.co.uk
- Contact Phone
- +44 1924664685
Buyer Location
- Locality
- WAKEFIELD
- Postcode
- WF2 0XE
- Post Town
- Wakefield
- Country
- England
-
- Major Region (ITL 1)
- TLE Yorkshire and The Humber
- Basic Region (ITL 2)
- TLE4 West Yorkshire
- Small Region (ITL 3)
- TLE45 Wakefield
- Delivery Location
- Not specified
-
- Local Authority
- Wakefield
- Electoral Ward
- Wrenthorpe and Outwood West
- Westminster Constituency
- Wakefield and Rothwell
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-03e130-2025-08-06T14:43:38+01:00",
"date": "2025-08-06T14:43:38+01:00",
"ocid": "ocds-h6vhtk-03e130",
"description": "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).",
"initiationType": "tender",
"tender": {
"id": "001218",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "YPO - 001218 Critical Incident Management and Public Safety Software and Systems",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "35710000",
"description": "Command, control, communication and computer systems"
},
"mainProcurementCategory": "goods",
"description": "YPO are looking for Providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Critical Incident and Public Safety Software / Systems. 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.",
"value": {
"amount": 500000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "This Category is to provide and implement an intuitive range of software and hardware for the purpose of overarching management of mission critical incidents. This may be for a new solution, amendment, or upgrade of an existing solution to the full deployment of an end-to-end software solution and associated peripherals. This may include commercial off the shelf software (COTS), open-source software, software licenses or niche and bespoke software specific to the organisation.",
"status": "active",
"title": "Critical Incident Management Software / Systems",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40%"
},
{
"name": "Social Value/Sustainability",
"type": "quality",
"description": "10%"
},
{
"type": "price",
"description": "50%"
}
]
},
"contractPeriod": {
"startDate": "2024-01-20T00:00:00Z",
"endDate": "2034-01-19T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "There is a possibility that this DPS will be renewed after 9.5 years from the commencement date."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The DPS will cover the period from 20th January 2024 to 19th January 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 20th January 2024 to 19th January 2034 (subject to an annual review, incorporating price negotiations and KPI performance)."
}
},
{
"id": "2",
"title": "Public Safety and Place Mangement Software / Systems",
"description": "This Category is to provide and implement an intuitive range of software and hardware for the purpose of overarching management of events and place management. This may be for a new solution, amendment, or upgrade of an existing solution to the full deployment of an end-to-end software solution and associated peripherals. This may include commercial off the shelf software (COTS), open-source software, software licenses or niche and bespoke software specific to the organisation.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40%"
},
{
"name": "Social Value/Sustainability",
"type": "quality",
"description": "10%"
},
{
"type": "price",
"description": "40%"
}
]
},
"contractPeriod": {
"startDate": "2024-01-20T00:00:00Z",
"endDate": "2034-01-19T23:59:59Z"
},
"hasRenewal": true,
"renewal": {
"description": "There is a possibility that this DPS will be renewed after 9.5 years from the commencement date."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": true,
"options": {
"description": "The DPS will cover the period from 20th January 2024 to 19th January 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 20th January 2024 to 19th January 2034 (subject to an annual review, incorporating price negotiations and KPI performance)."
},
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35710000",
"description": "Command, control, communication and computer systems"
}
],
"deliveryAddresses": [
{
"region": "UK"
},
{
"region": "UK"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "35710000",
"description": "Command, control, communication and computer systems"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"relatedLot": "2"
}
],
"communication": {
"futureNoticeDate": "2023-10-01T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://procontract.due-north.com/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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.",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "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."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"techniques": {
"hasDynamicPurchasingSystem": true,
"dynamicPurchasingSystem": {
"type": "open"
}
},
"tenderPeriod": {
"endDate": "2034-01-19T23:55:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"hasRecurrence": true,
"recurrence": {
"description": "There is a possibility that this DPS will be renewed after 9.5 years from the commencement date."
},
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"text": "Quality criterion - Name: Quality / Weighting: 40% Quality criterion - Name: Social Value/Sustainability / Weighting: 10% Price - Weighting: 50%"
},
"newValue": {
"text": "Quality criterion - Name: Quality / Weighting: 60% Quality criterion - Name: Social Value/Sustainability / Weighting: 10% Price - Weighting: 30%"
},
"where": {
"section": "II.2.5",
"label": "Award criteria"
},
"relatedLot": "1"
},
{
"oldValue": {
"text": "Quality criterion - Name: Quality / Weighting: 40% Quality criterion - Name: Social Value/Sustainability / Weighting: 10% Price - Weighting: 40%"
},
"newValue": {
"text": "Quality criterion - Name: Quality / Weighting: 60% Quality criterion - Name: Social Value/Sustainability / Weighting: 10% Price - Weighting: 30%"
},
"where": {
"section": "II.2.5",
"label": "Award criteria"
},
"relatedLot": "2"
}
]
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"text": "Start date 20 January 2024 End date 19 January 2034"
},
"newValue": {
"text": "Start date 12 February 2024 End date 11 February 2034"
},
"where": {
"section": "II.2.7",
"label": "Duration of the contract, framework agreement or dynamic purchasing system"
},
"relatedLot": "1"
},
{
"oldValue": {
"text": "Start date 20 January 2024 End date 19 January 2034"
},
"newValue": {
"text": "Start date 12 February 2024 End date 11 February 2034"
},
"where": {
"section": "II.2.7",
"label": "Duration of the contract, framework agreement or dynamic purchasing system"
},
"relatedLot": "2"
},
{
"oldValue": {
"text": "The DPS will cover the period from 20th January 2024 to 19th January 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 20th January 2024 to 19th January 2034 (subject to an annual review, incorporating price negotiations and KPI performance)."
},
"newValue": {
"text": "The DPS will cover the period from 12th February 2024 to 11th February 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 12th February 2024 to 11th February 2034 (subject to an annual review, incorporating price negotiations and KPI performance)."
},
"where": {
"section": "II.2.11",
"label": "Information about options"
},
"relatedLot": "1"
},
{
"oldValue": {
"text": "The DPS will cover the period from 20th January 2024 to 19th January 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 20th January 2024 to 19th January 2034 (subject to an annual review, incorporating price negotiations and KPI performance)."
},
"newValue": {
"text": "The DPS will cover the period from 12th February 2024 to 11th February 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 12th February 2024 to 11th February 2034 (subject to an annual review, incorporating price negotiations and KPI performance)."
},
"where": {
"section": "II.2.11",
"label": "Information about options"
},
"relatedLot": "2"
},
{
"oldValue": {
"date": "2034-01-19T23:55:00Z"
},
"newValue": {
"date": "2034-02-11T23:55:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of tenders or requests to participate"
}
}
]
},
{
"id": "3",
"unstructuredChanges": [
{
"oldValue": {
"text": "Start date 12 February 2024 End date 11 February 2034"
},
"newValue": {
"text": "Start date 12 February 2024 End date 24 February 2029"
},
"where": {
"section": "11.2.7",
"label": "Duration of the contract, framework agreement or dynamic purchasing system"
}
},
{
"oldValue": {
"text": "The DPS will cover the period from 12th February 2024 to 11th February 2028, with 2 options to extend for additional 3 years. The maximum contract period will therefore be 10 years, from 12th February 2024 to 11th February 2034 (subject to an annual review, incorporating price negotiations and KPI performance)."
},
"newValue": {
"text": "The DPS will cover the period from 12th February 2024 to 24th February 2029."
},
"where": {
"section": "11.2.11",
"label": "Information about options"
}
},
{
"oldValue": {
"date": "2034-02-11T11:55:00Z"
},
"newValue": {
"date": "2029-02-23T11:55:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit for receipt of tenders or requests to participate"
}
}
],
"description": "Closing date amended in line with the provision under PA23 for all DPS's to end no later than24/2/29"
}
]
},
"parties": [
{
"id": "GB-FTS-1118",
"name": "YPO",
"identifier": {
"legalName": "YPO"
},
"address": {
"streetAddress": "41 Industrial Park",
"locality": "Wakefield",
"region": "UKE45",
"postalCode": "WF2 0XE",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Contracts Team",
"email": "contracts@ypo.co.uk",
"telephone": "+44 1924664685",
"url": "https://procontract.due-north.com/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.ypo.co.uk/",
"buyerProfile": "http://www.ypo.co.uk/",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "BODY_PUBLIC",
"description": "Body governed by public law"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-136",
"name": "High Court of England and Wales",
"identifier": {
"legalName": "High Court of England and Wales"
},
"address": {
"locality": "London",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1118",
"name": "YPO"
},
"language": "en"
}