Tender

Assisted Lifeguard Technology Solution (Drowning Detection)

EAST RIDING OF YORKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

12 Mar 2026 at 09:00

Summary of the contracting process

East Riding of Yorkshire Council is seeking bids for an Assisted Lifeguard Technology Solution focusing on drowning detection, as part of their active procurement process. The contract, valued at approximately £1,400,000, falls under the industry category of software, information systems, and IT services, and spans from the delivery of software packages to recreational, cultural, and sporting services. The procurement is being conducted using a Competitive Flexible Procedure under the Procurement Act 2023. Organisations interested in this tender should submit their initial responses by 12:00 Noon on 9th January 2026, through the YORtender e-procurement portal, with a tender period ending on 17th April 2026. The process will include pre-selection and clarification stages before the final contract award expected by 27th May 2026, with the contract commencing from 17th August 2026.

This tender presents a substantial opportunity for software developers, IT service providers, and businesses specialising in leisure and sports technology solutions to expand their footprint by collaborating with a public authority. Companies with expertise in technology solutions, licensing, and maintenance for safety and recreational environments will find this tender particularly appealing. Engaging in a dialogue phase allows potential suppliers to refine their proposals and demonstrate innovative approaches to increasing water safety. The possibility for contract extensions up to 2036 further enhances stability and growth prospects for businesses that can provide flexible, high-quality solutions alongside competitive pricing strategies.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Assisted Lifeguard Technology Solution (Drowning Detection)

Notice Description

East Riding of Yorkshire Council (ERYC) (the council) is looking to partner with an organisation with the capabilities to deliver, license and maintain an Assisted Lifeguard Technology solution.

Lot Information

Lot LOT-0000

Options: The Council reserves the right to procure additional licencing, functionality and general services within the scope of this contract where required in order to maintain and/or improve the services delivered by the council

Renewal: The Council will have the option of extending the contract for up to three additonal two year periods to 2036.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0667e6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/022118-2026
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

32 - Radio, television, communication, telecommunication and related equipment

45 - Construction work

48 - Software package and information systems

72 - IT services: consulting, software development, Internet and support

92 - Recreational, cultural and sporting services


CPV Codes

31000000 - Electrical machinery, apparatus, equipment and consumables; lighting

32000000 - Radio, television, communication, telecommunication and related equipment

45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants

48000000 - Software package and information systems

72000000 - IT services: consulting, software development, Internet and support

92000000 - Recreational, cultural and sporting services

Notice Value(s)

Tender Value
£1,400,000 £1M-£10M
Lots Value
£1,400,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Mar 20262 days ago
Submission Deadline
17 Apr 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
17 Aug 2026 - 31 Oct 2030 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
EAST RIDING OF YORKSHIRE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BEVERLEY
Postcode
HU17 9BA
Post Town
Hull
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE1 East Yorkshire and Northern Lincolnshire
Small Region (ITL 3)
TLE12 East Riding of Yorkshire
Delivery Location
TLE12 East Riding of Yorkshire

Local Authority
East Riding of Yorkshire
Electoral Ward
St Mary's
Westminster Constituency
Beverley and Holderness

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-0667e6-2026-03-12T09:00:33Z",
    "date": "2026-03-12T09:00:33Z",
    "ocid": "ocds-h6vhtk-0667e6",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PZQH-9124-TMLN",
            "name": "East Riding of Yorkshire Council",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PZQH-9124-TMLN"
            },
            "address": {
                "streetAddress": "County Hall, Cross Street,",
                "locality": "Beverley",
                "postalCode": "HU17 9BA",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE12"
            },
            "contactPoint": {
                "name": "Andrew S Brown",
                "email": "andrew.s.brown@eastriding.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.eastriding.gov.uk",
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PZQH-9124-TMLN",
        "name": "East Riding of Yorkshire Council"
    },
    "tender": {
        "id": "2465-26",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "Assisted Lifeguard Technology Solution (Drowning Detection)",
        "description": "East Riding of Yorkshire Council (ERYC) (the council) is looking to partner with an organisation with the capabilities to deliver, license and maintain an Assisted Lifeguard Technology solution.",
        "status": "active",
        "items": [
            {
                "id": "LOT-0000",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "48000000",
                        "description": "Software package and information systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31000000",
                        "description": "Electrical machinery, apparatus, equipment and consumables; lighting"
                    },
                    {
                        "scheme": "CPV",
                        "id": "32000000",
                        "description": "Radio, television, communication, telecommunication and related equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45212000",
                        "description": "Construction work for buildings relating to leisure, sports, culture, lodging and restaurants"
                    },
                    {
                        "scheme": "CPV",
                        "id": "72000000",
                        "description": "IT services: consulting, software development, Internet and support"
                    },
                    {
                        "scheme": "CPV",
                        "id": "92000000",
                        "description": "Recreational, cultural and sporting services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE12",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "LOT-0000"
            }
        ],
        "value": {
            "amountGross": 1680000,
            "amount": 1400000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "THE PROCUREMENT PROCESS - Competitive Flexible Procedure This Procurement is being conducted under the Competitive Flexible Procedure, in accordance with the Procurement Act 2023 (PA23). This Procurement will be conducted in stages and there is no restriction on who can submit a Tender response. All tenderers who have accessed this Invitation to Tender (ITT) from the YORtender portal and expressed their interest will be eligible to tender. All the information required for this Procurement has been made available to Suppliers with this ITT. Tenders must be submitted in accordance with the timetable and instructions set out in this document, together with any additional information provided. The process to be undertaken is summarised below. Further additional information is provided throughout the documentation: 1. Publish tender notice and tender documentation A tender documentation pack and associated Find a Tender Service (FTS) notices will be issued via the Council's e-procurement tendering system, YORtender. Suppliers will be invited to submit initial tenders based upon the information provided within the tender pack. During this time suppliers will be permitted to ask clarification questions via the YORtender messaging facility. Answers will be provided and supplied to all suppliers where it is appropriate to do so. 2. Receive initial tenders Initial tenders must be uploaded onto the YORtender e-procurement portal by the required deadline of 12:00 Noon Friday 09 January 2026. 3. Conditions of Participation Stage - assess tenders against PA23 Procurement Specific Questionnaire and additional Pre-Selection Pass/Fail criteria. Suppliers must complete the online PA23 Procurement Specific Questionnaire available on the YORtender procurement portal. The answers provided will be evaluated by the Council's evaluation team. Suppliers who do not meet essential pass/fail criteria will be eliminated form the process. Those suppliers that pass all conditions of participation criteria will be shortlisted and continue to the next part of the procurement process. 4. Review tenders of shortlisted suppliers Submitted price schedules and method statements will be reviewed and evaluated by the Council evaluation team to understand the products and services proposed by the suppliers. 5. Period of clarification and dialogue with selected suppliers Dialogue will commence when the Council invites suppliers that have successfully passed the 'conditions of participation' stage to attend one or more dialogue and/or negotiation meetings. This phase of the procurement process will allow the Council and suppliers to clarify elements of the response and hold dialogue, where necessary to fully understand any aspect of the proposal of the supplier. This phase will allow the Council opportunity to modify its process going forward. Such modifications may include but not be limited to refinements to the specification and to the award criteria/weighting in accordance with Section 24 Procurement Act 2023. For example, based on method statement responses received the Council may request a presentation from suppliers. It is anticipated that dialogue may be supplier specific and therefore it may not be necessary for dialogue to be held with all suppliers during this phase and therefore the Council reserves the right to only hold dialogue with suppliers where it deems it will be beneficial to do so. 6. Review specification and assessment criteria Following any dialogue the Council will review its specification and evaluation criteria and make refinements where it is deemed necessary. Examples of this include minor changes to hardware specification and confirmation of services required from suppliers. 7. Re-publish documentation and invite Best and Final Offers (BAFO) Updated documentation will be published to short listed suppliers who will be invited to submit their Best and Final Offer. 8. Evaluate BAFO's Final tenders will be evaluated in accordance with the criteria published within the tender documentation with a view to identifying the highest scoring and therefore preferred supplier. 9. Contract Award Suppliers will be notified of the outcome of the tender process by a letter sent digitally via the YORtender system, and the relevant FTS notices will be published as required. This will commence a stand still period of eight working days and a period of due diligence with the preferred supplier. 10. Due Diligence period with preferred supplier Following evaluation, the Preferred Supplier will be identified - this will be the Supplier with the highest Total Score. The Preferred Supplier will be contacted for due diligence processes to be undertaken, which may include provision of documentation and or other supporting evidence to demonstrate compliance with / ability to meet the conditions of participation, specification and any other requirements set out within the tender documentation. Documentation previously received as part of the Conditions of Participation will be reviewed. If the Preferred Supplier fails to evidence ability to satisfactorily meet all mandatory requirements detailed within the tender documentation or documentation is found to be unacceptable to the Council and agreement cannot be reached, this will constitute a Fail, and their tender will be excluded. The Supplier with the next highest Total Score will be considered the Preferred Supplier and subject to the Preferred Supplier Stage. The Preferred Supplier Process shall be repeated until a Preferred Supplier evidence that their solution meets the mandatory criteria. 11. Confirm Contract Award The Council will confirm the contract award by notifying suppliers by a letter sent digitally and the publication of an FTS contract details notice. General The intent of this procurement process is to invite tenders based on a thorough specification, whilst having a period of clarification and dialogue with suppliers which will enable the correction of any errors, misunderstandings and misinterpretations and understand any options available to it. This stage in the tender process will also allow the Council to firm up any elements of the specification, but particularly the service elements, based on suppliers' initial responses and resource available within the Council."
        },
        "mainProcurementCategory": "goods",
        "additionalProcurementCategories": [
            "services"
        ],
        "aboveThreshold": true,
        "submissionMethodDetails": "https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=103546&TID100108740&B=",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-04-17T11:00:00+00:00"
        },
        "enquiryPeriod": {
            "endDate": "2026-04-03T22:30:00+00:00"
        },
        "awardPeriod": {
            "endDate": "2026-05-27T23:59:59+01:00"
        },
        "lots": [
            {
                "id": "LOT-0000",
                "status": "active",
                "value": {
                    "amountGross": 1680000,
                    "amount": 1400000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "price",
                            "name": "Price",
                            "description": "The whole life cost of the solution will be evaluated",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Non-Price",
                            "description": "Non-price criteria will be assess through pass/fail criteria, a series of method statement questions and a solution demonstration",
                            "numbers": [
                                {
                                    "number": 50,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-17T00:00:00Z",
                    "endDate": "2030-10-31T23:59:59Z",
                    "maxExtentDate": "2036-10-31T23:59:59Z"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council will have the option of extending the contract for up to three additonal two year periods to 2036."
                },
                "hasOptions": true,
                "options": {
                    "description": "The Council reserves the right to procure additional licencing, functionality and general services within the scope of this contract where required in order to maintain and/or improve the services delivered by the council"
                }
            }
        ],
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "022118-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/022118-2026",
                "datePublished": "2026-03-12T09:00:33Z",
                "format": "text/html"
            }
        ]
    },
    "language": "en"
}