Tender

SINGLE AND MULTI-PARCEL CONSIGNMENT DELIVERY SERVICE (SECONDARY SUPPLIER)

YORKSHIRE PURCHASING ORGANISATION

This public procurement record has 3 releases in its history.

TenderUpdate

24 Oct 2025 at 06:59

Tender

18 Sep 2025 at 13:23

Planning

15 May 2025 at 08:19

Summary of the contracting process

The Yorkshire Purchasing Organisation (YPO) is undertaking an open procurement process, currently in the tender stage, for a contract titled "SINGLE AND MULTI-PARCEL CONSIGNMENT DELIVERY SERVICE (SECONDARY SUPPLIER)". This opportunity is within the Transport services category and focuses on ensuring time-definite parcel deliveries across various establishments such as schools and local government facilities in the United Kingdom, specifically the UKE45 region. The final submission deadline for initial tender documents has been extended to 13th November 2025 at 16:00, with the procurement process being managed through a Competitive Flexible Procedure that may comprise up to three stages, including an initial tender evaluation, dialogue and site visits, and final tender submissions. The estimated contract value is between £7.5 million and £10.5 million, intended to cover YPO's internal requirements for up to five years.

This contract represents a significant opportunity for businesses, particularly those in the logistics and transport sector, to support YPO's parcel delivery needs. The requirement for system integration and stakeholder engagement signifies opportunities for tech-savvy firms proficient in logistics solutions. Small and medium-sized enterprises (SMEs) and entities focused on social value and sustainability stand a good chance of success due to the suitability criteria encouraging inclusion. With a substantial portion of deliveries designated for educational institutions, businesses with experience in handling diverse product lines and maintaining stringent delivery schedules will be well-positioned to compete. The arrangement allows room for contract extensions, making it a potentially lucrative multi-year engagement for the successful bidder.

How relevant is this notice?

Notice Information

Notice Title

SINGLE AND MULTI-PARCEL CONSIGNMENT DELIVERY SERVICE (SECONDARY SUPPLIER)

Notice Description

YPO are looking for a supplier to be appointed onto a Contract for the provision of Single and Multi-Parcel Consignment Delivery Service, which will serve YPO internal requirements only. YPO's product range is more than 11,000 product lines and Providers will be required to handle a wide range of products including, but not limited to, exercise books, paper, educational equipment, general stationery, art and craft material including liquid paint, cleaning products, catering suppliers, sports equipment and electrical goods. The successful Supplier will be required to collect standing trailer(s) provided by the Supplier at the YPO Warehouse 41 in Wakefield or any pre agreed facility, for sortation at the Supplier's regional depot / Hub(s) for final delivery to YPO customers by the Supplier. The majority of the YPO customer base (approximately 80%) is made up of schools and education establishments, delivery window of 07:00 - 16:00 will apply. Addresses will include but not limited to education, local government establishments, business premises, social care homes and residential addresses. Please note parcel sizes can range from a small single item to a large/bulky item but each parcel will weigh no more than 25kg. Please note that 4PL solution is not in scope of this tender. Contract requirements include as a minimum: * Time definite delivery service * System integration * Customer Self-Serve * Account Management * Stakeholder Engagement The Contract has an estimated value of between PS7.5 million and PS10.5 million inclusive of VAT for the maximum life of the Contract (5 years). These figures are indicative and based on YPO's anticipated business requirements under a sole supplier arrangement; actual volumes may vary.

Lot Information

Lot 1

Options: Any resulting Contract shall be deemed to cover any item and service that can be supplied by the successful Tenderer over the life of the Contract within the scope of 3PL Single and Multi-Parcel Consignment Delivery Service.

Renewal: The commencement date of the contract is dependent on the stage at which an award is made. Should an award be made at Stage 1, the contract will begin in January 2026 and run until January 2028. If the procurement progresses to Stages 2 and 3, the contract will commence in April 2026 and conclude April 2028. In both scenarios, YPO reserves the right to extend the contract by up to three additional 12-month periods. If the contract commences in January 2026 (Stage 1 award), the first extension decision will be made by September 2027. If the contract commences in April 2026 (Stage 3 award), the decision will be made by January 2028. In either case, the decision to extend will be subject to satisfactory performance against all contractual obligations, prevailing market conditions, and YPO's internal contracting requirements. The maximum contract duration, including extensions, will be five (5) years, ending no later than 30 April 2031, and will be subject to annual review, including price re-establishment and performance against key performance indicators (KPIs).

Planning Information

YPO would like to invite all interested providers to YPO supplier engagement day. This will take place at YPO, J41 Industrial Park, Wakefield, WF2 0XE on 13/06/2025 at 10:00-14:00 to provide pre-tender information on the bidding process. The YPO supplier days aim is to give all suppliers an opportunity to understand in detail the operational (Products and Services), ICT (integration, systems and label), submission requirements and to ask tender requirement related questions. This will be in an open forum to familiarise yourselves with the competitive procedure which will be used to carry out this procurement exercise. To register your interest in the visit please contact Adrian Field (Head of Logistics) at adrian.field@ypo.co.uk before 06/06/2025. Please note YPO reserve the right to cancel the Supplier engagement day if insufficient interest is received. YPO reserves the right to not commit to advertising this tender if we do so wish. Should YPO wish to proceed further a formal procurement process will be followed in accordance with YPO's contract procedure rules and in line with the Procurement Act 2023 as relevant. Please note that any information is being sought without prejudice and without commitment.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0513d4
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/068015-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
UK4 - Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Competitive flexible procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

60 - Transport services (excl. Waste transport)


CPV Codes

60000000 - Transport services (excl. Waste transport)

Notice Value(s)

Tender Value
£10,500,000 £10M-£100M
Lots Value
£10,500,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Oct 20251 months ago
Submission Deadline
13 Nov 2025Expired
Future Notice Date
1 Jul 2025Expired
Award Date
Not specified
Contract Period
13 Apr 2026 - 14 Apr 2028 2-3 years
Recurrence
2030-05-01

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
YORKSHIRE PURCHASING ORGANISATION
Contact Name
Not specified
Contact Email
cat.wingroveconsultant@ypo.co.uk
Contact Phone
Not specified

Buyer Location

Locality
WAKEFIELD
Postcode
WF2 0XE
Post Town
Wakefield
Country
England

Major Region (ITL 1)
TLE Yorkshire and The Humber
Basic Region (ITL 2)
TLE4 West Yorkshire
Small Region (ITL 3)
TLE45 Wakefield
Delivery Location
TLE45 Wakefield

Local Authority
Wakefield
Electoral Ward
Wrenthorpe and Outwood West
Westminster Constituency
Wakefield and Rothwell

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-0513d4-2025-10-24T07:59:39+01:00",
    "date": "2025-10-24T07:59:39+01:00",
    "ocid": "ocds-h6vhtk-0513d4",
    "initiationType": "tender",
    "parties": [
        {
            "id": "GB-PPON-PMRV-4748-MNJV",
            "name": "Yorkshire Purchasing Organisation",
            "identifier": {
                "scheme": "GB-PPON",
                "id": "PMRV-4748-MNJV"
            },
            "address": {
                "streetAddress": "41 Industrial Park",
                "locality": "Wakefield",
                "postalCode": "WF2 0XE",
                "country": "GB",
                "countryName": "United Kingdom",
                "region": "UKE45"
            },
            "contactPoint": {
                "email": "Cat.WingroveConsultant@ypo.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "scheme": "UK_CA_TYPE",
                        "id": "publicAuthoritySubCentralGovernment",
                        "description": "Public authority - sub-central government"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PMRV-4748-MNJV",
        "name": "Yorkshire Purchasing Organisation"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "YPO would like to invite all interested providers to YPO supplier engagement day. This will take place at YPO, J41 Industrial Park, Wakefield, WF2 0XE on 13/06/2025 at 10:00-14:00 to provide pre-tender information on the bidding process. The YPO supplier days aim is to give all suppliers an opportunity to understand in detail the operational (Products and Services), ICT (integration, systems and label), submission requirements and to ask tender requirement related questions. This will be in an open forum to familiarise yourselves with the competitive procedure which will be used to carry out this procurement exercise. To register your interest in the visit please contact Adrian Field (Head of Logistics) at adrian.field@ypo.co.uk before 06/06/2025. Please note YPO reserve the right to cancel the Supplier engagement day if insufficient interest is received. YPO reserves the right to not commit to advertising this tender if we do so wish. Should YPO wish to proceed further a formal procurement process will be followed in accordance with YPO's contract procedure rules and in line with the Procurement Act 2023 as relevant. Please note that any information is being sought without prejudice and without commitment.",
                "dueDate": "2025-07-01T23:59:59+01:00",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "021539-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/021539-2025",
                "datePublished": "2025-05-15T09:19:31+01:00",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "001288",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "SINGLE AND MULTI-PARCEL CONSIGNMENT DELIVERY SERVICE (SECONDARY SUPPLIER)",
        "description": "YPO are looking for a supplier to be appointed onto a Contract for the provision of Single and Multi-Parcel Consignment Delivery Service, which will serve YPO internal requirements only. YPO's product range is more than 11,000 product lines and Providers will be required to handle a wide range of products including, but not limited to, exercise books, paper, educational equipment, general stationery, art and craft material including liquid paint, cleaning products, catering suppliers, sports equipment and electrical goods. The successful Supplier will be required to collect standing trailer(s) provided by the Supplier at the YPO Warehouse 41 in Wakefield or any pre agreed facility, for sortation at the Supplier's regional depot / Hub(s) for final delivery to YPO customers by the Supplier. The majority of the YPO customer base (approximately 80%) is made up of schools and education establishments, delivery window of 07:00 - 16:00 will apply. Addresses will include but not limited to education, local government establishments, business premises, social care homes and residential addresses. Please note parcel sizes can range from a small single item to a large/bulky item but each parcel will weigh no more than 25kg. Please note that 4PL solution is not in scope of this tender. Contract requirements include as a minimum: * Time definite delivery service * System integration * Customer Self-Serve * Account Management * Stakeholder Engagement The Contract has an estimated value of between PS7.5 million and PS10.5 million inclusive of VAT for the maximum life of the Contract (5 years). These figures are indicative and based on YPO's anticipated business requirements under a sole supplier arrangement; actual volumes may vary.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "60000000",
                        "description": "Transport services (excl. Waste transport)"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKE45",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE45",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UKE45",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 10500000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-14T00:00:00+01:00",
                    "endDate": "2028-04-14T23:59:59+01:00",
                    "maxExtentDate": "2031-04-30T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 10500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "cost",
                            "name": "Cost",
                            "description": "PROPOSED WEIGHTING RANGE FOR FINAL TENDERS: 20% - 60% SUB-CRITERIA FOR 1st STAGE: AC 1 Total Price Offer - 100% AC 2 Fuel Surcharge - Not Evaluated (For Information Only)",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "PROPOSED WEIGHTING RANGE FOR FINAL TENDERS: 20% - 60% SUB-CRITERIA FOR 1st STAGE: AC 3 Implementation - 10% AC 4 Distribution Network Infrastructure - 20% AC 5 Policies and Procedures - 5% AC 6 Customer Service - 10% AC 7 Quality of Service and Final Mile Delivery - 25% AC 8 IT infrastructure and Systems - 25% AC 9 Innovation and Partnership - 5%",
                            "numbers": [
                                {
                                    "number": 40,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value /Sustainability",
                            "description": "PROPOSED WEIGHTING RANGE FOR FINAL TENDERS: 20% SUB-CRITERIA FOR 1st STAGE: AC 10 Theme 3 - 40% AC 11 Theme 5 - 40% AC 12 Modern Slavery - 20%",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the procurement documents"
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the procurement documents"
                        }
                    ]
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The commencement date of the contract is dependent on the stage at which an award is made. Should an award be made at Stage 1, the contract will begin in January 2026 and run until January 2028. If the procurement progresses to Stages 2 and 3, the contract will commence in April 2026 and conclude April 2028. In both scenarios, YPO reserves the right to extend the contract by up to three additional 12-month periods. If the contract commences in January 2026 (Stage 1 award), the first extension decision will be made by September 2027. If the contract commences in April 2026 (Stage 3 award), the decision will be made by January 2028. In either case, the decision to extend will be subject to satisfactory performance against all contractual obligations, prevailing market conditions, and YPO's internal contracting requirements. The maximum contract duration, including extensions, will be five (5) years, ending no later than 30 April 2031, and will be subject to annual review, including price re-establishment and performance against key performance indicators (KPIs)."
                },
                "hasOptions": true,
                "options": {
                    "description": "Any resulting Contract shall be deemed to cover any item and service that can be supplied by the successful Tenderer over the life of the Contract within the scope of 3PL Single and Multi-Parcel Consignment Delivery Service."
                }
            }
        ],
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Competitive flexible procedure",
        "procedure": {
            "features": "This Competitive Flexible Procedure will be conducted in up to three (3) stages. Stage 1: Invitation to Tender Stage (ITT) Stage 1 commences with the issuing of a Tender Notice accompanied by the release of the ITT document and all associated Procurement documentation. Bidders are required to respond to procurement specific questionnaire (PSQ), Conditions of Participation, Mandatory Requirements, Technical Capability Questions, Social Value Questions and Price Offer Schedule and return in accordance with the timetable and instructions within the ITT document, if they wish to be considered for this opportunity. YPO reserves the right to conclude the procurement process and proceed directly to contract award following the Stage 1 evaluation, should a single Tenderer emerge as the highest scoring participant. This is subject to their submission meeting all mandatory requirements, being fully compliant and unambiguous, and clearly demonstrating their capability to deliver the full scope of the Contract. In such a case, YPO reserves the right to decide not to progress to any further stages of the procurement process. YPO also reserves the right to request clarification from any Tenderer at Stage 1, where necessary, without the need to progress to Stage 2, to support a full and accurate evaluation of their submission. If no single Tenderer emerges as the highest scoring participant in Stage 1, YPO will invite the two highest scoring Tenderers to proceed to Stage 2. This stage will include structured dialogue and supplier site visits to allow YPO to understand each supplier's operational capabilities, systems, and proposed solutions in a live environment. YPO also reserves the right to invite additional tenderers to Stage 2 where the margin between the second and third (or fourth) ranked suppliers is less than 5%. In such cases, up to two additional suppliers may be invited to ensure a fair and competitive process. Stage 2: Invitation to Dialogue and Supplier Site Visits Stage 2 will commence with YPO issuing a Dialogue and Site Visit Document, which will outline the requirements and expectations for the upcoming meetings. This document will also include any new information made available to Tenderers at this stage of the Procurement process. This stage is designed to enhance mutual understanding and will not form part of the formal scoring process. Its purpose is to allow YPO to gain a clearer insight into the suppliers' operational capabilities, systems, and proposed solutions in a live environment. This stage is not scored and is intended to support mutual understanding and refinement of proposed solutions. Supplier site visits will enable YPO to validate assumptions regarding each Tenderer's proposed solution and ensure alignment with the specification. These visits will also provide an opportunity for YPO to explore the range of potential solutions and, where appropriate, refine or adjust the specification to optimise the scope and terms of the Contract. This phase of the procedure will continue until YPO determines that the Dialogue and Site Visit stage has been sufficiently completed. At that point, YPO will formally declare the Dialogue and Site Visit phase concluded and will issue an Invitation to Submit Final Tender to all participating Tenderers. Stage 3: Invitation to Submit Final Tenders Stage Following completion of Stage 2 engagement activities, including supplier dialogue and site visits, YPO will undertake a review of the specification and requirements. This review will be informed by the insights and feedback gathered during these interactions, allowing YPO to refine and clarify its expectations to ensure they are practical, relevant, and aligned with market capabilities. Where any procurement documents are affected by these refinements, updated versions will be republished to all participating Tenderers to ensure transparency and consistency in the Final Tender stage. Any amendments to procurement documents will be made only if they do not break rules around equal treatment of Tenderers and if they do not artificially narrow competition. At the Final Tender stage, suppliers are expected to submit their most competitive and comprehensive proposal, aligned with YPO's requirements as refined through the Dialogue and Site Visits. Submissions should include all elements necessary for the effective performance of the Contract and must fully meet YPO's stated requirements. Final Tenders are expected to represent the Tenderer's definitive offer, as there will be limited opportunity for modification after submission. However, YPO reserves the right to request clarification, specification, or optimisation of Final Tenders. Any such requests will not permit changes to the essential aspects of the Tender Response or the Procurement requirements, where such changes could distort competition, have a discriminatory effect or result in unequal treatment of Tenderers. Final Tender submissions will be evaluated independently of any previous stages of the procurement process. Scores awarded during Stage 1 and insights gathered during Stage 2 dialogue and engagement activities will not be carried forward or considered in the assessment of Final Tenders. Stage 3 represents a fresh and standalone evaluation, based solely on the Final Tender submissions received in response to the refined specification and requirements. Please note that YPO reserves the right to refine award criteria and sub-criteria prior to Final Tenders, following the further Dialogue and Site Visits stage. The exact details will be issued at the Final Tender stage however, any refinements will only be made if they do not violate fair treatment of all bidders."
        },
        "submissionMethodDetails": "https://procontract.due-north.com/register?ReadForm",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2025-11-13T16:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2025-10-13T16:00:00+01:00"
        },
        "awardPeriod": {
            "endDate": "2026-04-03T23:59:59+01:00"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "url": "https://procontract.due-north.com/register?ReadForm"
            },
            {
                "id": "057740-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/057740-2025",
                "datePublished": "2025-09-18T14:23:17+01:00",
                "format": "text/html"
            },
            {
                "id": "068015-2025",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/068015-2025",
                "datePublished": "2025-10-24T07:59:39+01:00",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2030-05-01T23:59:59+01:00"
                }
            ]
        },
        "riskDetails": "YPO has identified the following potential Contract risks affecting this Contract: IT Integration Considerations There is a recognised risk of integration challenges between YPO's internal systems and the appointed supplier's platforms, particularly in relation to label generation and manifest processing. Such challenges could impact operational efficiency and service continuity if not addressed effectively. To mitigate this risk, YPO requires the Successful Provider to work collaboratively with YPO's IT department immediately following contract award. This collaboration will focus on ensuring seamless system integration and operational readiness. To support this, an implementation period of 8 to 12 weeks will be built into the project timeline between contract award and service commencement. This period is specifically allocated for technical setup, system configuration, integration testing, and staff training. It is a critical phase designed to ensure that all systems are fully functional, aligned with YPO's operational requirements, and capable of supporting a smooth transition into live service. Pricing Structures The ongoing conflict in Ukraine, alongside recent escalations in the Middle East, particularly incidents involving the U.S. and Iran, continues to contribute to global geopolitical instability. These developments pose a significant risk to the stability of oil markets, potentially leading to increased volatility in diesel and fuel prices. Consequently, suppliers may find it challenging to commit to fixed pricing over a 12-month period. To mitigate this risk, YPO will require suppliers to provide clear and transparent information detailing the methodology used to calculate fuel surcharges and any additional fees applicable from Year 1 onwards. This information will be critical for effective contract management and financial forecasting. However, to ensure a fair and consistent evaluation of core pricing across all bids, fuel surcharge methodologies will be excluded from the financial scoring process. Where the relevant, conditions under Schedule 8 of the Act are satisfied, the modification of the Contract to remedy the identified risks would be treated as a permitted Contract modification.",
        "amendments": [
            {
                "id": "068015-2025",
                "description": "Deadline for Stage 1 submissions has been extended until 13/11/2025 at 16:00, due to recent removal of some of the mandatory requirements from the tender relating to social value and sustainability."
            }
        ]
    },
    "language": "en"
}