Scope
Reference
001290
Description
YPO are looking for Providers to be appointed onto an Open Framework for the provision of Engineering Inspection Services (including insurance). This Open Framework is designed to meet the needs of all public sector Contracting Authorities, by establishing an agreement for Providers to deliver Engineering Inspection Services (including insurance) to YPO customers either on a contractual basis or via customers' appointed brokers.
Commercial tool
Establishes an open framework
Total value (estimated)
- £48,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 April 2026 to 31 March 2028
- Possible extension to 31 March 2034
- 8 years
Description of possible extension:
Open Framework 1: 01/04/2026 - 31/03/2028
Open Framework 2: 01/04/2028 - 31/03/2030
Open Framework 3: 01/04/2030 - 31/03/2034
The maximum duration of all Frameworks in the Open Framework scheme will therefore be eight (8) years, from 1st April 2026 to 31st March 2034 (subject to an annual review, incorporating price re-establishment and KPI performance).
Options
The right to additional purchases while the contract is valid.
Any resulting Framework and Call-off Contract shall be deemed to cover any service that can be supplied by the successful Tenderer(s) over the life of the Framework and Call-off Contract within the scope of Engineering Inspection Services.
Main procurement category
Services
CPV classifications
- 66000000 - Financial and insurance services
- 71300000 - Engineering services
- 71730000 - Industrial inspection services
Contract locations
- UK - United Kingdom
Framework
Open framework scheme end date (estimated)
31 March 2034
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
3%
Further information about fees
1.5% retrospective Management Charge on all sales under the Framework Agreement where the Provider is appointed by the customer's insurance broker.
3% retrospective Management Charge on all sales under the Framework Agreement where the Provider is appointed directly by the customer.
Framework operation description
Price will be assessed as Pricing Schedule with Price per Quality point evaluation methodology.
Prices for this Framework Agreement must be fixed for an initial period of twelve (12) months. After this initial period YPO will allow for price refreshes no more than every twelve (12) months. YPO must be informed about any changes to pricing at least thirty (30) calendar days in advance. Price increases must be in line with the Average Weekly Earnings Index (AWE), as published by the Office for National Statistics, for the most recently available month prior to the start of the commencement of the refresh period (At the time of writing, the ONS typically publishes AWE data six (6) weeks after month end). The metric for price refreshes will be the Whole Economy, Single Month, % changes year-on-year.
Award Without Competition objective mechanism as follows:
An Award Without Competition shall be made under this Open Framework on the basis of the pricing schedule, and the assets that the customer requires to be inspected.
As a first step, customers shall conduct a desktop analysis of the pricing schedule in line with their own requirements and calculate which of the Providers appointed to the Framework can offer the MAT and make the award on this basis. The price analysis shall consist of:
• Minimum order value, if applicable
• Cost of inspection per item
• Written Schemes of Examination, where required
• Where relevant, % uplift for the relevant regions that customer's assets are based in
• Ability to offer all the services required by the customer, particularly additional services such as engineering inspection insurance cover, inspection of EV charging points, solar panel inspection etc.
If there is more than one Provider who can offer MAT based on the price analysis, as a next step the customer shall assess:
• Average Lead Times provided at the Framework level: Surveyor availability to conduct inspections within a customer's statutory timeframes.
If a Provider is not able to fulfil all of the customer's requirements for any reason, the customer shall award based upon the MAT from the Provider which is able to fulfil all of their requirements.
If more than one Provider is able to offer the MAT based on the steps outlined above, the customer shall review Quality % scores from the Framework level to determine the most competitive Provider and award to the Provider with the highest % Quality score. If a customer can still not determine which Provider is able to offer MAT, as a last step Social Value/Sustainability scores from the Framework level shall be added to the Quality scores as a total %. Based on the results, the customer shall award to the Provider that has the highest Quality and Social Value score.
No Provider is obligated to accept an Award Without Competition. If a Provider chooses not to accept an award, the Provider offering the next MAT shall be invited to accept the award.
Competitive Selection Process as follows:
All Providers awarded to the Framework Agreement will be invited to compete in the process. Providers will be required to submit "sealed bids" via the customer's choice of e-tendering site.
Criteria for Competitive Selection Process:
Conditions of Participation - Customers will be allowed to include Conditions of Participation or refine those set out for framework assessment.
Cost (0-100%) - this may include but is not limited to:
• Cost per hour
• Cost per asset/item
• Total cost for schedule of works
• Insurance Premium
Quality (0-80%) - this may include but is not limited to :
• Service Quality
• Inspection Quality
• Ability to service Multi Sites
• Ability to service specialist equipment
• Functionality of the online portal
• Customer service and and complaints procedure
• Adherence to legislation requirements
Social Value/Sustainability (0-30%) - this may include but is not limited to:
• CSR
• ESG
• Commitment to Net Zero
• Social Value delivery in line with CA priorities
Where Contracting Authorities flex the Award Criteria to suit their individual requirements, the overall Award Criteria must total 100%.
It is intended that each time a Contracting Authority runs a Competitive Selection Process, the award decision will be based on the above criteria.
Contracting Authorities have the flexibility to adjust the award criteria weightings at the Competitive Selection Process stage as stated above.
Customers, at their own risk, may flex the recommended Competitive Selection Process weightings within the permitted ranges specified above, depending on whether the customer requirement is Quality, Social Value and/or Cost driven.
YPO recommend that at least one (1) award criteria is reopened if a Contracting Authority wish to flex the Award Criteria at Competitive Selection Process stage.
Contracting Authorities will apply a scoring scale of their own choosing to evaluate responses to the above criteria. The exact scoring scale will be determined at the Call-Off Competitive Selection Process stage and made clear within the relevant Call-Off documents.
The cost reopening option may only be used for simplified service requirements in which a Contracting Authority has a full specification and can provide a clear requirement for Providers to price against. All Providers will be invited to submit their price proposal. The Contracting Authority will evaluate this based on the existing weighting established at Framework level, or at 100% cost weighting through a Request for Quote (RfQ).
For RfQ conducted by schools, the suggested timelines are three (3) - ten (10) working days (depending on the complexity, urgency of the quote and availability of the staff) unless otherwise agreed.
For other Contracting Authorities such as Local Authorities, NHS Trusts, Housing Associations, Fire and Police Authorities, Universities, the suggested RFQ times are five (5) - fifteen (15) working days (depending on the complexity of the quote, urgency and availability of the staff) unless otherwise agreed.
All Providers will be invited to submit their cost proposals.
At the Competitive Selection Process stage, Contracting Authorities will publish their own specific requirements by reference to the above award criteria, to which Providers will be expected to respond. These requirements may include, but are not limited to:
particular delivery timescales;
budgetary requirements;
particular invoicing arrangements and payment profiles;
up to date schedule of assets including last date of inspection and upcoming date of inspection;
particular associated services, e.g., insurance cover, inspection of EV charging points, inspection of solar panels, assets tagging;
re-establishment of pricing;
Social Value in relation to the Call-Off Contract and/or compliance with Social Value measurement tool;
amended or refined the Call-Off Terms and Conditions to reflect its service requirements;
time limit for the receipt of the proposals which takes into account factors such as the time needed to submit proposals, next inspection date etc.;
requirements around online electronic reporting system and reporting requirements;
Service Level Agreements and KPIs.
It is intended that most Competitive Selection Processes ran under this Open Framework will be conducted using a one stage process.
However, Contracting Authorities have the option to incorporate one or more of the following elements into their one-stage Competitive Selection Process:
- Reverse electronic auctions
- Electronic reporting system assessment
- Enhanced provider due diligence checks
- Supplier engagement event
- Supplier presentations/ interviews
- Dialogue
- Site visits
- Pre-tender negotiations
- Post-tender clarification
- Best and final offers
- Post-tender negotiation
- Negotiation of insurance policy wording and premium at the tender stage
- Conditions of Participation and/or Mandatory Requirements
- Down-selection of providers by reference to conditions of membership
The exact Competitive Selection Process procedure will be described by the Contracting Authority in the Call-Off competition documents.
For Competitive Selection Process Call-Offs, a mechanism for determining the price payable will be as follows:
Contracting Authorities will provide a Pricing Schedule at the Competitive Selection Process stage, which all participating Providers will be required to complete and return as part of the "sealed bid" process.
It is expected that pricing will be evaluated by reference to a schedule of assets/items and frequency of the inspection required along with any additional services required, for example asset tagging, Written Schemes of Examination, insurance cover.
At the Competitive Selection Process stage pricing will be evaluated using methodology stated in clause Tender Documents. Contracting Authorities have an option to use alternative methodologies, provided that it is described in the Competitive Selection Process documents.
In accordance with the Procurement Act 2023, the customer may choose to refine or amend the terms of the Call-Off Contract provided they do not alter the overall nature of the Framework or intended Call-Off Contract and its core terms. Any such amendments must also comply with the conditions set out in Schedule 8 and section 74 of the Procurement Act 2023. Any such amendments will be contained within the Competitive Selection Process documents and/or Letter of Appointment prior to award.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
The Open Framework will be open to the entire public sector and other public bodies, such as local authorities, educational establishments, police forces, fire and rescue service, NHS bodies, registered charities within the UK and central government departments and their agencies that wish to use it (served by YPO as a centralised procurement authority as defined by Section 1 of the Procurement Act 2023). Any OCA described below may utilise the resulting Framework Agreement(s) from the commencement date.
See the following link for details:
Contracting authority location restrictions
- UK - United Kingdom
Participation
Legal and financial capacity conditions of participation
As per Tender Documentation.
Technical ability conditions of participation
As per Tender Documentation.
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
7 November 2025, 2:00pm
Tender submission deadline
8 December 2025, 2:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
9 March 2026
Recurring procurement
Publication date of next tender notice (estimated): 2 February 2033
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Quality | AC1 - Delivery of engineering inspection services through a national framework AC2 - Qualifications and experience AC3 - Customer service and complaints procedure AC4 - Systems and online tools AC5 -... |
Quality | 55% |
| Cost | Pricing Schedule |
Cost | 35% |
| Social Value/Sustainability | AC7 - Theme 1 - Good Jobs with Skills, Development and Training Opportunities AC8 - Social Value Theme 5 - Environmental improvement and protection |
Quality | 10% |
Other information
Payment terms
As per Tender Documentation.
Description of risks to contract performance
Scope of the service provision - in the event of Providers widening the scope of the service provision falling under engineering inspections (that does not change the overall nature of the contract) in response to legislative changes, YPO reserves the right to update the specification and ask Providers to submit pricing accordingly. If services fall under additional services, the pricing submitted will not be evaluated as per the instructions in this Invitation to Tender.
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Yorkshire Purchasing Organisation
- Public Procurement Organisation Number: PMRV-4748-MNJV
41 Industrial Park
Wakefield
WF2 0XE
United Kingdom
Contact name: Maria Hadro
Email: contracts@ypo.co.uk
Region: UKE45 - Wakefield
Organisation type: Public authority - sub-central government