Opportunity

YPO - 001111 3rd Party Logistics

  • YPO

F02: Contract notice

Notice reference: 2022/S 000-020864

Published 29 July 2022, 4:30pm



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

Contracts@ypo.co.uk

Telephone

+44 01924664685

Country

United Kingdom

NUTS code

UKE45 - Wakefield

Internet address(es)

Main address

http://www.ypo.co.uk/

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