Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Mrs Anna Stapley
Telephone
+44 1924664685
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
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