Contract notice
Section I: Contracting
authority
I.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
UK
Contact person: Construction & Highways Team
Telephone: +44 7901239756
E-mail: Construction@ypo.co.uk
NUTS: UKE45
Internet address(es)
Main address: http://www.ypo.co.uk/
Address of the buyer profile: http://www.ypo.co.uk/
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:
http://ypo2.my.site.com/s/Welcome
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://ypo2.my.site.com/s/Welcome
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 - 000925 Highway Electrical Installations
Reference number: 000925
II.1.2) Main CPV code
51100000
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 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.
II.1.5) Estimated total value
Value excluding VAT:
100 000 000.00
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
Independent Connection Providers (ICP)
II.2.2) Additional CPV code(s)
31000000
39000000
45000000
50000000
71000000
92000000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot is for 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”
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20%
Quality criterion: Delivery and customer service
/ Weighting: 20%
Quality criterion: Social Value
/ Weighting: 10%
Cost criterion: Cost
/ Weighting: 50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
16/05/2019
End:
23/02/2029
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.
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
Highway and Exterior Architectural Lighting
II.2.2) Additional CPV code(s)
31000000
34000000
39000000
45000000
50000000
51000000
65000000
71000000
92000000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20%
Quality criterion: Delivery and customer service
/ Weighting: 20%
Quality criterion: Social Value
/ Weighting: 10%
Cost criterion: Cost
/ Weighting: 50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
16/05/2019
End:
23/02/2029
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.
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
Festive Lighting and Illuminations
II.2.2) Additional CPV code(s)
31000000
34000000
39000000
42992000
45000000
50000000
51000000
65000000
71000000
92000000
II.2.3) Place of performance
NUTS code:
UK
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 20%
Quality criterion: Delivery and customer service
/ Weighting: 20%
Quality criterion: Social Value
/ Weighting: 10%
Cost criterion: Cost
/ Weighting: 50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
16/05/2019
End:
23/02/2029
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.
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:
2025/S 000-083641
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/02/2029
Local time: 23:30
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:
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.
VI.3) Additional information
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
Please note that this contract notice is supplemental to the original Contract Notice submitted under reference number 2019/S 053-122343 in OJEU and Contract Notice number 2025/S 000-0083641 in Find a Tender Service issued to extend the life of the DPS.
This notice amendment is for:-
1. Change in YPO contact name, email address and Telephone Number
2. To update the Buyer's web address
3. Change to YPO's e-tendering portal to access the procurement documents and bid.
The new e-tendering portal can be found at http://ypo2.my.site.com/s/Welcome
4. Change to the start date of the DPS as a result of the volume and quality of bids received which took longer to evaluate than expected
5. Confirm the change to the end date of the DPS in line with the Transitional Arrangements under the Procurement Act 2023
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
09/04/2026