Tender

YPO - 000925 Highway Electrical Installations

  • YPO

F02: Contract notice

Notice identifier: 2025/S 000-083641

Procurement identifier (OCID): ocds-h6vhtk-05f764

Published 17 December 2025, 10:00am



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 1924664685

Country

United Kingdom

Region code

UKE45 - Wakefield

Internet address(es)

Main address

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

Buyer's address

https://procontract.due-north.com

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 - 000925 Highway Electrical Installations

Reference number

000925

two.1.2) Main CPV code

  • 51100000 - Installation services of electrical and mechanical equipment

two.1.3) Type of contract

Services

two.1.4) Short description

YPO are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of

highway electrical installation services and are seeking to appoint providers that are accredited by the National

Electricity Registration Scheme (NERS) or equivalent and the Highway Electrical Registration Scheme (HERS)

or equivalent The DPS is designed to meet the needs of all public sector organisations, which includes YPO’s

internal requirements and any of YPO’s wholly owned associated or subsidiary companies.

two.1.5) Estimated total value

Value excluding VAT: £100,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Independent Connection Providers (ICP) Accredited by National Electricity Registration Scheme (NERS) or Equivalent

Lot No

1

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 92000000 - Recreational, cultural and sporting services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

Independent connections providers that are fully accredited by National Electricity Registration Scheme (NERS)

or equivalent, are invited to join Category 1 of this DPS, to provide 1 or more of the following services: design,

supply, project management, installation and/or maintenance in 1 or more of the scopes as listed and described

by the most recent version of the Lloyd’s Register, “NERS — Scopes Guidance”

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and customer service / Weighting: 20%

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

Cost criterion - Name: Cost / Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £100,000,000

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

Start date

8 May 2019

End date

23 February 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 10 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Highway and Exterior Architectural Lighting Providers Accredited by Highway Electrical Registration Scheme (HERS) or Equivalent

Lot No

2

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)
  • 65000000 - Public utilities
  • 71000000 - Architectural, construction, engineering and inspection services
  • 92000000 - Recreational, cultural and sporting services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

YPO are seeking to appoint suppliers onto Category 2 of this DPS that are accredited by the Highway Electrical

Registration Scheme (HERS) or equivalent and able to offer one or more of the following services: design,

supply, project management, installation, removal and/or maintenance in 1 or more of the following scopes:

bus shelters and advertising equipment, cable/trench works, cameras, comms, EV charging point/other HE

terminals, lighting and lit signs, lighting columns and posts, overseeing, road tunnel equipment, slot cutting and

cable laying, traffic control equipment, unlit traffic signs, variable message signs.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and customer service / Weighting: 10%

Quality criterion - Name: Social value / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £100,000,000

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

Start date

8 May 2019

End date

23 February 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 10 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Festive Lighting and Illuminations Providers Accredited by Highway Electrical Registration Scheme (HERS) or Equivalent

Lot No

3

two.2.2) Additional CPV code(s)

  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 34000000 - Transport equipment and auxiliary products to transportation
  • 39000000 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
  • 42992000 - Special-purpose electrical goods
  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 51000000 - Installation services (except software)
  • 65000000 - Public utilities
  • 71000000 - Architectural, construction, engineering and inspection services
  • 92000000 - Recreational, cultural and sporting services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

YPO are seeking to appoint suppliers to Category 3 of this DPS that are able to offer one or more of the

following services: design, supply, project management, installation, removal, storage and/or maintenance in 1

or more of the following scopes: festive decorations, illuminations, projection equipment and software.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 20%

Quality criterion - Name: Delivery and customer service / Weighting: 20%

Quality criterion - Name: Social value / Weighting: 10%

Cost criterion - Name: Cost / Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £100,000,000

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

Start date

8 May 2019

End date

23 February 2029

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this DPS will be renewed after 10 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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: 2019/S 053-122343

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

Date

23 February 2029

Local time

11:30pm

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)


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 DPS will be renewed after 10 years from the commencement date.

six.3) Additional information

Tick this box and insert the following wording: “YPO are purchasing on the behalf of other Contracting

Authorities”. Please see the below link for details: https://www.ypo.co.uk/about/customers/ojeu-permissible-users.aspx

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom