- Scope of the procurement
- Lot 1 - Primary Supplier for single and multi-parcel consignment delivery service, UK mainland and offshore
- Lot 2 - Secondary Supplier for single and multi-parcel consignment delivery service, UK mainland and optional offshore
- Lot 3 - Dedicated vehicle Supplier for single and multi-parcel consignment delivery service, North of England
- Lot 4 - Single and multi-parcel consignment collection service, UK mainland and offshore
Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 01924664685
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/register?ReadForm
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.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=1083ba81-33fd-ec11-8116-005056b64545
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://procontract.due-north.com/Advert/Index?advertId=1083ba81-33fd-ec11-8116-005056b64545
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
YPO - 001111 3rd Party Logistics
Reference number
DN600550
two.1.2) Main CPV code
- 60000000 - Transport services (excl. Waste transport)
two.1.3) Type of contract
Services
two.1.4) Short description
YPO are looking for Providers to be appointed onto a Contract for the provision of Third Party
Logistics. This Contract is to provide YPO (both Joint Committee and Limited Company) with
multiple third party logistics (3PL) companies for the sortation, consolidation, distribution,
and the delivery of its products throughout the U.K. from its warehouses in Wakefield, West
Yorkshire and the reverse logistics of collections from YPO customer establishments due to
order processing and delivery errors.
two.1.5) Estimated total value
Value excluding VAT: £25,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Suppliers can bid for all Lots and are advised to bid for all relevant lots. However, the awardee of Lot 1 will not be able to be successful for Lot 2 and vice versa. This is to manage the risk to YPO of having just one 3PL Provider for most of its logistics provision. There are no other restrictions in respect of the remaining Lots. YPO will evaluate Lot 1 first and then evaluate Lot 2. If the same top ranking Supplier as Lot 1 is the top scoring Supplier for Lot 2 then YPO will exclude their scoring and award to the second best Supplier.
two.2) Description
two.2.1) Title
Lot 1 - Primary Supplier for single and multi-parcel consignment delivery service, UK mainland and offshore
Lot No
1
two.2.2) Additional CPV code(s)
- 64121000 - Multi-modal courier services
- 64121200 - Parcel delivery services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Primary Supplier for single and multi-parcel consignment delivery service, UK mainland and
offshore
YPO require a Supplier of single and multiple parcel consignments for scheduled collection and day-definite delivery service (24hr from collection from YPO, one Business days only) to addresses within the UK- mainland providing a full and comprehensive coverage. This Lot is for approx. 60% of the overall allocation of consignments for parcel carriers under the scope of this Contract (Lot 1 and Lot 2 combined). The Awardee of Lot 1 will not be awarded Lot 2.
YPO require a Supplier of single and multiple parcel consignments for scheduled collection and day-definite delivery service (72hr from collection from YPO, three Business days only) to addresses within Scottish Offshore, Northern Ireland, Ireland, Isle of Man, Isle of Wight, and Channel Islands providing a full and comprehensive coverage.
In certain instances, a requirement for a time definite delivery service is required.
two.2.5) Award criteria
Quality criterion - Name: Quality of Delivery and Customer Service / Weighting: 45%
Quality criterion - Name: Environmental and Social Value / Weighting: 10%
Cost criterion - Name: Cost / Weighting: 45%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 December 2029
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this contract will be subject to renewal after 6.5 years from the
commencement date dependant on YPO requirements at that time
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will cover the period from 1st November 2022 to 31st December 2025 with two options to extend for an additional two years each (original Contract for 3 years 2 months then +2+2). The first decision to extend the Contract period will be taken by the end of October 2025 and will be dependent on satisfactory completion of all aspects of the Contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum Contract period will therefore be 7 years and 2 months from 1st November 2022 to 31st December 2029 (subject to an annual review, incorporating price negotiations and KPI performance).
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - Secondary Supplier for single and multi-parcel consignment delivery service, UK mainland and optional offshore
Lot No
2
two.2.2) Additional CPV code(s)
- 64121000 - Multi-modal courier services
- 64121200 - Parcel delivery services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Secondary Supplier for single and multi-parcel consignment delivery service, UK mainland
and optional offshore
YPO require a Supplier of single and multiple parcel consignments for scheduled collection and day-definite delivery service (24hr, from collection from YPO, one Business day only) to addresses within the UK- mainland providing a full and comprehensive coverage. This Lot is for approx. 40% of overall allocation of consignments for parcel carriers (Lot 1 and Lot 2 combined). The Awardee of Lot 2 will not be able to be awarded Lot 1 as well.
Optional - YPO require a Supplier of single and multiple parcel consignments for scheduled collection and day-definite delivery service (72hr, collection from YPO, three Business days only) to addresses within Scottish Offshore, Northern Ireland, Ireland, Isle of Man, Isle of Wight, and Channel Islands providing a full and comprehensive coverage.
In certain instances, a requirement for a time definite delivery service is required.
two.2.5) Award criteria
Quality criterion - Name: Quality of Delivery and Customer Service / Weighting: 45%
Quality criterion - Name: Environmental and Social Value / Weighting: 10%
Cost criterion - Name: Cost / Weighting: 45%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 December 2029
This contract is subject to renewal
Yes
Description of renewals
The Contract will cover the period from 1st November 2022 to 31st December 2025 with two options to extend for an additional two years each (original Contract for 3 years 2 months then +2+2). The first decision to extend the Contract period will be taken by the end of October 2025 and will be dependent on satisfactory completion of all aspects of the Contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum Contract period will therefore be 7 years and 2 months from 1st November 2022 to 31st December 2029 (subject to an annual review, incorporating price negotiations and KPI performance).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
There is a possibility that this contract will be subject to renewal after 6.5 years from the
commencement date dependant on YPO requirements at that time
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 3 - Dedicated vehicle Supplier for single and multi-parcel consignment delivery service, North of England
Lot No
3
two.2.2) Additional CPV code(s)
- 64100000 - Post and courier services
two.2.3) Place of performance
NUTS codes
- UKC - North East (England)
- UKD - North West (England)
- UKE - Yorkshire and the Humber
two.2.4) Description of the procurement
Dedicated vehicle Supplier for single and multi-parcel consignment delivery service, North of
England
Lot 3 is for a limited Hub and Spoke Service in the North of England, which is predominantly the M62 corridor, Newcastle and North and South Yorkshire and for approx. 3 months only per year for the duration of the Contract, aligned with YPO’s Peak periods in June, July and September, which may be subject to change.
YPO require a day-definite delivery service (24hr from collection from YPO, one Business day only) to addresses within the North of England coverage
two.2.5) Award criteria
Quality criterion - Name: Quality of Delivery and Customer Service / Weighting: 45%
Quality criterion - Name: Environmental and Social Value / Weighting: 10%
Cost criterion - Name: Cost / Weighting: 45%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 December 2029
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this contract will be subject to renewal after 6.5 years from the
commencement date dependant on YPO requirements at that time
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will cover the period from 1st November 2022 to 31st December 2025 with two options to extend for an additional two years each (original Contract for 3 years 2 months then +2+2). The first decision to extend the Contract period will be taken by the end of October 2025 and will be dependent on satisfactory completion of all aspects of the Contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum Contract period will therefore be 7 years and 2 months from 1st November 2022 to 31st December 2029 (subject to an annual review, incorporating price negotiations and KPI performance).
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 4 - Single and multi-parcel consignment collection service, UK mainland and offshore
Lot No
4
two.2.2) Additional CPV code(s)
- 64100000 - Post and courier services
- 64120000 - Courier services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Single and multi-parcel consignment collection service, UK mainland and offshore
YPO require a Supplier to collect single and multiple parcel consignments for a return collection service from addresses within the U.K. mainland to YPO Warehouse 41 Wakefield (48hr from YPO notification, 2 Business days only) and returned to YPO within 72 hours of collection (3 Business days only). The Supplier would be required to provide full and comprehensive coverage.
YPO require a Supplier to collect single and multiple parcel consignments for a return collection service from addresses within Scottish Offshore, Northern Ireland, Ireland, Isle of Man, Isle of Wight, and Channel Islands to YPO Warehouse Wakefield (72 hours from notification, 3 Business days only) and returned to YPO within 96 hours (4 Business days only) of collection. The Supplier would be required to provide full and comprehensive coverage.
two.2.5) Award criteria
Quality criterion - Name: Quality of Delivery and Customer Service / Weighting: 60%
Quality criterion - Name: Environmental and Social Value / Weighting: 10%
Cost criterion - Name: Cost / Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 November 2022
End date
31 December 2029
This contract is subject to renewal
Yes
Description of renewals
There is a possibility that this contract will be subject to renewal after 6.5 years from the
commencement date dependant on YPO requirements at that time
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Contract will cover the period from 1st November 2022 to 31st December 2025 with two options to extend for an additional two years each (original Contract for 3 years 2 months then +2+2). The first decision to extend the Contract period will be taken by the end of October 2025 and will be dependent on satisfactory completion of all aspects of the Contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum Contract period will therefore be 7 years and 2 months from 1st November 2022 to 31st December 2029 (subject to an annual review, incorporating price negotiations and KPI performance).
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Please refer to the Invitation to Tender documents located on our E-Procurement system.
The web address can be found under Procurement Documents in ‘Communication’ Section
in this notice
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-018865
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 September 2022
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
6 September 2022
Local time
2:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Estimated timing for further notices to be published: There is a possibility that this contract
will be subject to renewal after 6.5 years from the commencement date dependent on YPO requirements at that time
six.3) Additional information
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 Technology and Construction Court (England, Wales and Northern Ireland).
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom