Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

YPO - 000879 FM Services - Building in Use Support Services

  • First published: 22 April 2025
  • Last modified: 22 April 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-050109
Published by:
YPO
Authority ID:
AA24923
Publication date:
22 April 2025
Deadline date:
24 February 2029
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

YPO are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of FM Services — Building in Use Support Services. 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. This is an FM service provision for support services when a building is occupied.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

UK

Contact person: Contracts Team

Telephone: +44 7901239756

E-mail: contracts@ypo.co.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://procontract.due-north.com/register?ReadForm

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com/Advert/Index?advertId=d6152c47-1764-e811-80eb-005056b64545


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/register?ReadForm


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

YPO - 000879 FM Services - Building in Use Support Services

Reference number: 000879

II.1.2) Main CPV code

79993000

 

II.1.3) Type of contract

Services

II.1.4) Short description

YPO are looking for providers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of FM Services — Building in Use Support Services. 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. This is an FM service provision for support services when a building is occupied.

II.1.5) Estimated total value

Value excluding VAT: 500 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Catering Services

II.2.2) Additional CPV code(s)

55500000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of materials, staff and or infrastructure to serve of food and drinks.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Quality criterion: Customer Service and Delivery / Weighting: 20%

Quality criterion: Added Value / Weighting: 20%

Price / Weighting:  40%

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

Start: 01/08/2018

End: 24/02/2029

This contract is subject to renewal: Yes

Description of renewals:

Potential that the DPS may be renewed in 10 years from the commencement date.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 2

II.2.1) Title

Cleaning and Caretaking

II.2.2) Additional CPV code(s)

45452000

90900000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of materials, staff and or infrastructure to carryout cleaning services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Quality criterion: Added Value / Weighting: 20%

Quality criterion: Customer Service and Delivery / Weighting: 20%

Price / Weighting:  40%

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

Start: 01/08/2018

End: 24/02/2029

This contract is subject to renewal: Yes

Description of renewals:

Potential that the DPS may be renewed in 10 years from the commencement date.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 3

II.2.1) Title

Security and Reception

II.2.2) Additional CPV code(s)

35120000

79710000

79992000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of staff and or infrastructure to provide security services and front of house reception duties.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Quality criterion: Added Value / Weighting: 20%

Quality criterion: Customer Service and Delivery / Weighting: 20%

Price / Weighting:  40%

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

Start: 01/08/2018

End: 24/02/2029

This contract is subject to renewal: Yes

Description of renewals:

Potential that the DPS may be renewed in 10 years from the commencement date.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 4

II.2.1) Title

CCTV Inc. Remote Monitoring

II.2.2) Additional CPV code(s)

79710000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of staff and or infrastructure to provide CCTV for customer monitoring or supplier monitoring either on site or remotely.

II.2.5) Award criteria

Criteria below:

Quality criterion: Customer Service and Delivery / Weighting: 20%

Quality criterion: Quality / Weighting: 20%

Quality criterion: Added Value / Weighting: 20%

Price / Weighting:  40%

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

Start: 01/08/2018

End: 24/02/2029

This contract is subject to renewal: Yes

Description of renewals:

Potential that the DPS may be renewed in 10 years from the commencement date.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 5

II.2.1) Title

Car Parking Management

II.2.2) Additional CPV code(s)

34926000

98351000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of staff and or infrastructure to provide car park management including access control, cash collection and management of vehicles including issuing of penalties and removal of vehicles.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Quality criterion: Delivery and Customer Service / Weighting: 20%

Quality criterion: Added Value / Weighting: 20%

Price / Weighting:  40%

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

Start: 01/08/2018

End: 24/02/2029

This contract is subject to renewal: Yes

Description of renewals:

Potential that the DPS may be renewed in 10 years from the commencement date.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 6

II.2.1) Title

Mobile Patrols & Key Holding

II.2.2) Additional CPV code(s)

79715000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provision of staff and vehicles to carryout mobile patrols of premises and provide key holding service for out of hours access.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Quality criterion: Added Value / Weighting: 20%

Quality criterion: Customer Service and Delivery / Weighting: 20%

Price / Weighting:  40%

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

Start: 01/08/2018

End: 24/02/2029

This contract is subject to renewal: Yes

Description of renewals:

Potential that the DPS may be renewed in 10 years from the commencement date.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 7

II.2.1) Title

Food Hygiene Inspection

II.2.2) Additional CPV code(s)

55300000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provide food inspection hygiene services and report on findings with options for corrections of any identified issues.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Quality criterion: Delivery and Customer Service / Weighting: 20%

Quality criterion: Added Value / Weighting: 20%

Price / Weighting:  40%

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

Start: 01/08/2018

End: 24/02/2029

This contract is subject to renewal: Yes

Description of renewals:

Potential that the DPS may be renewed in 10 years from the commencement date.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 8

II.2.1) Title

Waste Management

II.2.2) Additional CPV code(s)

90510000

90511000

90524000

90524100

90524200

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provide staff and or infrastructure for the management and removal of waste products or materials including confidential waste and provide certification of its legal disposal.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Quality criterion: Delivery and Customer Service / Weighting: 20%

Quality criterion: Added Value / Weighting: 20%

Price / Weighting:  40%

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

Start: 01/08/2018

End: 24/02/2029

This contract is subject to renewal: Yes

Description of renewals:

Potential that the DPS may be renewed in 10 years from the commencement date.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Lot No: 9

II.2.1) Title

Whole House

II.2.2) Additional CPV code(s)

79993000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Provide staff and or infrastructure to manage the entire needs of the customer within their premises or other locations as required: to include elements of the above schedule but not limited to these.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 20%

Quality criterion: Added Value / Weighting: 20%

Quality criterion: Customer Service & Delivery / Weighting: 20%

Price / Weighting:  40%

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

Start: 01/08/2018

End: 24/02/2029

This contract is subject to renewal: Yes

Description of renewals:

Potential that the DPS may be renewed in 10 years from the commencement date.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to the Establishment 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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.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

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2018/S 106-242473

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

Date: 24/02/2029

Local time: 14:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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 VI: Complementary information

VI.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 subject to renewal after 10 years from the commencement date.

VI.4) Procedures for review

VI.4.1) Review body

High Court of England and Wales

London

UK

VI.5) Date of dispatch of this notice

11/04/2025

Coding

Commodity categories

ID Title Parent category
79993000 Building and facilities management services Miscellaneous business-related services
55500000 Canteen and catering services Hotel, restaurant and retail trade services
34926000 Car park control equipment Road equipment
98351000 Car park management services Civic-amenity services
90900000 Cleaning and sanitation services Sewage, refuse, cleaning and environmental services
90524100 Clinical-waste collection services Medical waste services
90524200 Clinical-waste disposal services Medical waste services
45452000 Exterior cleaning work for buildings Other building completion work
90524000 Medical waste services Radioactive-, toxic-, medical- and hazardous waste services
79715000 Patrol services Security services
79992000 Reception services Miscellaneous business-related services
90511000 Refuse collection services Refuse disposal and treatment
90510000 Refuse disposal and treatment Refuse and waste related services
55300000 Restaurant and food-serving services Hotel, restaurant and retail trade services
79710000 Security services Investigation and security services
35120000 Surveillance and security systems and devices Emergency and security equipment

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
contracts@ypo.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.