Tender

YPO - 001325 - Construction Procurement Partnership

YORKSHIRE PURCHASING ORGANISATION

This public procurement record has 2 releases in its history.

Tender

02 Feb 2026 at 19:40

Planning

08 Dec 2025 at 17:05

Summary of the contracting process

The Yorkshire Purchasing Organisation (YPO) is issuing a tender titled "YPO - 001325 - Construction Procurement Partnership" for construction project management services across the United Kingdom's public sector. This tender, currently in the active procurement stage, involves an open procedure under the Procurement Act 2023. The successful bidder will be appointed as a concessionaire to assist in designing and managing compliant Frameworks and Dynamic Markets. With a total estimated value of £24 billion, the contract is significant in scale. Important dates include the enquiry period ending on 16th February 2026, tender submission deadline on 3rd March 2026, and an award decision by 19th March 2026. The contract is anticipated to start on 1st April 2026 and extend over a decade, concluding on 31st March 2036.

This tender represents a substantial opportunity for companies specialising in construction project management to establish a long-term partnership with YPO, a significant player in the public procurement space. The contract is well-suited for firms capable of providing cutting-edge procurement solutions, with considerations for quality, customer service, commercial strategies, and social value. Small and medium-sized enterprises (SMEs) and voluntary, community and social enterprises (VCSEs) are encouraged to participate, offering a chance to expand market reach and enhance growth potential by influencing public sector procurement strategies. The partnership will allow the successful bidder to address dynamic market needs, leveraging technological advancements and sustainability initiatives in the industry.

How relevant is this notice?

Notice Information

Notice Title

YPO - 001325 - Construction Procurement Partnership

Notice Description

YPO are seeking a single Supplier to be appointed as a partner via a Concession Contract following an Open Procedure for the provision of procurement services. The successful partner will collaborate with YPO to design, establish and manage Frameworks and Dynamic Markets which are compliant with the Procurement Act 2023 for construction clients across the public sector. The Frameworks and Dynamic Markets put in place on behalf of YPO (as a centralised procurement authority under Section 1 of the Procurement Act) must meet the needs of all public sector Contracting Authorities including YPO's internal requirements.

Planning Information

Either reply via the YPO Atamis portal or contact kath.johnson@ypo.co.uk 07966886167.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-05f133
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/009213-2026
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
Open procedure
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71541000 - Construction project management services

Notice Value(s)

Tender Value
£20,000,000,000 Over £10B
Lots Value
£20,000,000,000 Over £10B
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Feb 20261 weeks ago
Submission Deadline
3 Mar 20263 weeks to go
Future Notice Date
30 Jan 2026Expired
Award Date
Not specified
Contract Period
31 Mar 2026 - 31 Mar 2036 Over 5 years
Recurrence
2035-06-02

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
Kath Johnson
Contact Email
contracts@ypo.co.uk
Contact Phone
07901 239756

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
Not specified

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-05f133-2026-02-02T19:40:48Z",
    "date": "2026-02-02T19:40:48Z",
    "ocid": "ocds-h6vhtk-05f133",
    "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": {
                "name": "Kath Johnson",
                "email": "contracts@ypo.co.uk",
                "telephone": "07901 239756"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "publicAuthoritySubCentralGovernment",
                        "scheme": "UK_CA_TYPE",
                        "description": "Public authority - sub-central government"
                    }
                ],
                "url": "https://www.ypo.co.uk/"
            }
        }
    ],
    "buyer": {
        "id": "GB-PPON-PMRV-4748-MNJV",
        "name": "Yorkshire Purchasing Organisation"
    },
    "planning": {
        "milestones": [
            {
                "id": "engagement",
                "type": "engagement",
                "description": "Either reply via the YPO Atamis portal or contact kath.johnson@ypo.co.uk 07966886167.",
                "dueDate": "2025-12-24T23:59:59Z",
                "status": "scheduled"
            }
        ],
        "documents": [
            {
                "id": "080807-2025",
                "documentType": "marketEngagementNotice",
                "noticeType": "UK2",
                "description": "Preliminary market engagement notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/080807-2025",
                "datePublished": "2025-12-08T17:05:49Z",
                "format": "text/html"
            }
        ]
    },
    "tender": {
        "id": "001325",
        "legalBasis": {
            "id": "2023/54",
            "scheme": "UKPGA",
            "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
        },
        "title": "YPO - 001325 - Construction Procurement Partnership",
        "description": "YPO are seeking a single Supplier to be appointed as a partner via a Concession Contract following an Open Procedure for the provision of procurement services. The successful partner will collaborate with YPO to design, establish and manage Frameworks and Dynamic Markets which are compliant with the Procurement Act 2023 for construction clients across the public sector. The Frameworks and Dynamic Markets put in place on behalf of YPO (as a centralised procurement authority under Section 1 of the Procurement Act) must meet the needs of all public sector Contracting Authorities including YPO's internal requirements.",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "UK",
                        "country": "GB",
                        "countryName": "United Kingdom"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amountGross": 24000000000,
            "amount": 20000000000,
            "currency": "GBP"
        },
        "mainProcurementCategory": "services",
        "specialRegime": [
            "concession"
        ],
        "aboveThreshold": true,
        "lots": [
            {
                "id": "1",
                "suitability": {
                    "sme": true,
                    "vcse": true
                },
                "contractPeriod": {
                    "startDate": "2026-04-01T00:00:00+01:00",
                    "endDate": "2036-03-31T23:59:59+01:00"
                },
                "status": "active",
                "value": {
                    "amountGross": 24000000000,
                    "amount": 20000000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "The Quality Award Criterion will be 30% of the overall score broken down into 3 sub-criteria of:- - Organisational Experience 16% - Procurement Act 2023 and Public Procurement Regulations 2015 Experience 8% - Framework and Dynamic Market experience within the construction category 6%",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Delivery and Customer Service",
                            "description": "The Delivery and Customer Service Award Criterion will be 30% of the overall score broken down into 3 sub-criteria as follows:- - Customer service for contracting authorities when calling off a Framework/Dynamic Market 14% - Contract Management and Reporting on Frameworks and Dynamic Markets put in place 6% - Contract Management approach for construction projects under the partnership 10%",
                            "numbers": [
                                {
                                    "number": 30,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Commercial and Marketing",
                            "description": "The Commercial and Marketing Award Criterion will be 20% of the overall score broken down into 3 sub-criteria as follows:- - Rebate Management 4% - Joint Marketing Approach 8% - Construction Market Analysis and Partnership Approach 8%",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        },
                        {
                            "type": "quality",
                            "name": "Social Value/Sustainability",
                            "description": "The Social Value/Sustainability Award Criterion will be 20% of the overall score broken down into 3 sub-criteria as follows:- - Social Value Priority Theme 5: Environmental improvement and protection 5% - Social Value Priority Theme 1: Good jobs with skills development and training opportunities 10% - Social Value Priority Theme 6: Promote ethical trading practices within supply chains 5%",
                            "numbers": [
                                {
                                    "number": 20,
                                    "weight": "percentageExact"
                                }
                            ]
                        }
                    ]
                },
                "selectionCriteria": {
                    "criteria": [
                        {
                            "type": "economic",
                            "description": "Please refer to the procurement documentation and tender questions"
                        },
                        {
                            "type": "technical",
                            "description": "Please refer to the procurement documentation and tender questions"
                        }
                    ]
                }
            }
        ],
        "communication": {
            "futureNoticeDate": "2026-01-30T23:59:59Z"
        },
        "status": "active",
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "submissionMethodDetails": "https://procontract.due-north.com/register?ReadForm",
        "submissionTerms": {
            "electronicSubmissionPolicy": "allowed",
            "languages": [
                "en"
            ]
        },
        "tenderPeriod": {
            "endDate": "2026-03-03T12:00:00Z"
        },
        "enquiryPeriod": {
            "endDate": "2026-02-16T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2026-03-19T23:59:59Z"
        },
        "documents": [
            {
                "id": "conflictOfInterest",
                "documentType": "conflictOfInterest",
                "description": "Not published"
            },
            {
                "id": "L-1",
                "documentType": "biddingDocuments",
                "description": "Access to the Procurement Documentation can be found at https://procontract.due-north.com/register?ReadForm",
                "url": "https://procontract.due-north.com/register?ReadForm"
            },
            {
                "id": "L-2",
                "documentType": "technicalSpecifications",
                "description": "Access to the Procurement Documentation can be found at https://procontract.due-north.com/register?ReadForm",
                "url": "https://procontract.due-north.com/register?ReadForm"
            },
            {
                "id": "009213-2026",
                "documentType": "tenderNotice",
                "noticeType": "UK4",
                "description": "Tender notice on Find a Tender",
                "url": "https://www.find-tender.service.gov.uk/Notice/009213-2026",
                "datePublished": "2026-02-02T19:40:48Z",
                "format": "text/html"
            }
        ],
        "hasRecurrence": true,
        "recurrence": {
            "dates": [
                {
                    "startDate": "2035-06-02T23:59:59+01:00"
                }
            ]
        },
        "riskDetails": "YPO has identified the following potential risks affecting this Contract: Operating risk: The concessionaire will be exposed to an operating risk as defined in Section 8 of the Procurement Act 2023. Nature of the Market: The construction market is fast evolving which may see a change of scope in the nature of the procurement tools, new procurement routes and advances in AI technology, which is unknown at this time. To mitigate this risk YPO have made the specification wide. Contract Value: Throughout the 10 year duration of this partnership contract it is possible that the contract value could be exceeded. Due to complexity of the market, changes in legislation and customer buying patterns, it is a known risk that Contract value may exceed estimated total value. 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"
    },
    "language": "en"
}