YPO - 000999 Training Solutions for The Emergency Services and wider Public Sector

A Tender Notice
by YPO

Source
Find a Tender
Type
Dps (Services)
Duration
6 year
Value
200M
Sector
PROFESSIONAL
Published
25 Mar 2024
Delivery
10 Apr 2020 to 31 Mar 2026
Deadline
31 Mar 2026 23:55

Concepts

Location

Wakefield

Geochart for 2 buyers and 0 suppliers

2 buyers

Description

YPO are looking for suppliers to be appointed onto a dynamic purchasing system (DPS) for the provision of training solutions for the emergency services and wider public sector. 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. The end customer will place the order/s with the provider and the provider will deliver direct to the end customer. Please note that this contract notice is supplemental to the Contract Notice submitted in OJEU under reference number 2020/S 022-048779. This contract notice is to extend the OJEU contract notice

Lot Division

1 Category 1 — Firefighter Foundation and Development

The category covers firefighter foundation and development training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
2 Category 2: Fire Service Operations

Category 2 covers fire service operations training for the emergency services and wider public sector

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
3 Category 3: Prevention and Protection

Category 3 covers prevention and protection training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
4 Category 4: Hazardous Materials

This category covers hazardous materials training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
5 Category 5: Incident Command

This category will cover incident command training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
6 Category 6: Resilience

This category covers resilience training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
7 Category 7: Technical Rope Rescue

This category covers technical rope rescue training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
8 Category 8: Water Safety, Rescue and Flood Response

This category covers water safety, rescue and flood response training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
9 Category 9: Animal Rescue

This category covers animal rescue training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
10 Category 10: Instructor Programmes

This category covers instructor programmes training for the emergency services and wider public sector.

Award Criteria
Quality, Sustainability and Corporate Social Responsibility 40.0
Cost 60.0
11 Category 11: Maritime

This category covers maritime training for the emergency services and wider public services.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
12 Category 12: Driving

This category covers driving training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
13 Category 13: Policing (including Induction and CPD)

This category covers policing (including induction and CPD) training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
14 Category 14: Firearms

This category covers firearms training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
15 Category 15: Road Policing

This category covers road policing training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
16 Category 16: Tactical

This category covers tactical training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
17 Category 17: Crime Prevention

This category covers crime prevention training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
18 Category 18: CPD (Including Bluelight)

This category covers cpd (including bluelight) training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
19 Category 19: Leadership and Management

This category covers leadership and management training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
20 Category 20: Equality and Diversity

This category covers equality and diversity training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
21 Category 21: GDPR

This category covers GDPR training for the emergency services and wider public sector.

Award Criteria
Quality, Sustainability and Corporate Social Responsibility 40.0
Cost 60.0
22 Category 22: IT

This category will cover IT training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
23 Category 23: Project Management

This category covers project management training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
24 Category 24: Coaching and Mentoring

This category covers coaching and mentoring training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
25 Category 25: Learning and Development

This category covers learning and development training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
26 Category 26: Health and Safety and First Aid

This category coves health and safety and first aid training for the emergency services and the wider public

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0
27 Category 27: Health and Well-being

This category covers health and well-being training for the emergency services and wider public sector.

Award Criteria
Quality, sustainability and corporate social responsibility 40.0
Cost 60.0

Renewal Options

There is a possibility that this DPS will be subject to renewal after 5.5 years from the commencement date The DPS will cover the period from 10.4.2020 to 31.3.2022 with an option to extend for up to an additional 4 years. The decision to extend the DPS period will be dependent on satisfactory completion of all aspects of the DPS to date, the current market conditions for this category and YPO’s contracting structures. The full DPS period will be from 10 April 2020 to 31 March 2026

CPV Codes

  • 80500000 - Training services
  • 79632000 - Personnel-training services
  • 80000000 - Education and training services
  • 80511000 - Staff training services
  • 80520000 - Training facilities
  • 80522000 - Training seminars
  • 35110000 - Firefighting, rescue and safety equipment
  • 80510000 - Specialist training services
  • 80550000 - Safety training services
  • 80570000 - Personal development training services
  • 75251110 - Fire-prevention services
  • 92312212 - Services related to the preparation of training manuals
  • 71313410 - Risk or hazard assessment for construction
  • 80540000 - Environmental training services
  • 39162200 - Training aids and devices
  • 80411000 - Driving-school services
  • 80610000 - Training and simulation in security equipment
  • 38910000 - Hygiene monitoring and testing equipment
  • 38970000 - Research, testing and scientific technical simulator
  • 80512000 - Dog training services
  • 80620000 - Training and simulation in firearms and ammunition
  • 75000000 - Administration, defence and social security services
  • 80600000 - Training services in defence and security materials
  • 34962230 - Air-traffic control training
  • 80532000 - Management training services
  • 72500000 - Computer-related services
  • 80533000 - Computer-user familiarisation and training services
  • 80533100 - Computer training services
  • 45214800 - Training facilities building
  • 80531200 - Technical training services
  • 35112100 - Emergency training dolls
  • 80531000 - Industrial and technical training services
  • 80531100 - Industrial training services
  • 80560000 - Health and first-aid training services
  • 80562000 - First-aid training services
  • 80530000 - Vocational training services
  • 85000000 - Health and social work services
  • 98334000 - Wellness services

Indicators

  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • This is a recurring contract.
  • Options are available.
  • Renewals are available.
  • Performance considerations apply.
  • Professional qualifications are sought.
  • It is a Dynamic Purchasing System (DPS) for many bidders.
  • Award on basis of price and quality.

Other Information

YPO are purchasing on behalf of other contracting authorities. Please see the below link for details: http://www.ypo.co.uk/customers/ojeu-permissible-users.aspx YPO will incorporate a voluntary 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 DPS contract is entered into. The Public Contract 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). Please note that this contract notice is supplemental to the Contract Notice submitted in OJEU under reference number 2020/S 022-048779. This contract notice is to extend the OJEU contract notice

Reference

Domains