Tender

YPO - 001197 Freight Forwarding Sevices

  • YPO

F02: Contract notice

Notice identifier: 2023/S 000-029638

Procurement identifier (OCID): ocds-h6vhtk-03d330

Published 9 October 2023, 8:25am



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Mrs Anna Stapley

Email

anna.stapley@ypo.co.uk

Telephone

+44 1924664685

Country

United Kingdom

Region code

UKE45 - Wakefield

Internet address(es)

Main address

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

Buyer's address

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

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/

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/

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 - 001197 Freight Forwarding Sevices

Reference number

001197

two.1.2) Main CPV code

  • 63521000 - Freight transport agency services

two.1.3) Type of contract

Services

two.1.4) Short description

YPO are looking for a provider to be appointed onto a Contract for the provision of Freight Forwarding Services. The Contract is designed to meet the needs of YPO and any of YPO’s wholly owned associated or subsidiary companies.

two.1.5) Estimated total value

Value excluding VAT: £3,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 63520000 - Transport agency services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

YPO are looking for a freight forwarder who can provide predominantly sea freight services and occasionally air freight, rail and road freight services from a variety of ports and locations globally to deliver and coordinate delivery of the containers to a warehouse of YPO’s choosing. 85% of YPO’s total supply base is domestic, while remaining 15% is based in Far East, including ad-hoc EU suppliers. The products to be moved are not classified as dangerous goods. They are mainly school supply type items. This can include (but not exclusively); pens, pencils, paper, early years, sport and curriculum items.

The core purpose of the freight forwarder would be to ensure that delays to shipments during import (and any associated storage or processing costs levied by the commercial carriers) are kept to an absolute minimum by ensuring import paperwork is complete and correct, the correct commodity codes are applied on the commercial invoice, that tariffs and VAT are correctly allocated, providing customs clearance services, liaising with carriers at UK border control points etc.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 75%

Quality criterion - Name: Social Value/Sustainability / Weighting: 10%

Price - Weighting: 15%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

4 January 2024

End date

3 January 2031

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this contract will be renewed after 6.5 years from the commencement date.

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 4th January 2024 to 3rd January 2027 with two options to extend for an additional 24 months. The first decision to extend the contract period will be taken by the end of May 2020 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, from 4th January 2024 to 3rd January 2031 (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 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.


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: 2023/S 000-015656

four.2.2) Time limit for receipt of tenders or requests to participate

Date

15 November 2023

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

15 November 2023

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: There is a possibility that this contract will be renewed after 6.5 years from the commencement date.

six.3) Additional information

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).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom