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: 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 - 001021 School Uniform
Reference number: 001021
II.1.2) Main CPV code
18100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
YPO are looking for suppliers to be appointed onto a dynamic purchasing system (DPS) for the provision of school uniforms. The DPS is designed to meet the needs of all public sector organisations which includes YPO’s internal requirements.
II.1.5) Estimated total value
Value excluding VAT:
15 000 000.00
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
Logo’d school uniform
II.2.2) Additional CPV code(s)
18000000
18130000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 1 is for the provision of Logo’d school uniform to be delivered directly to the end user
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Quality criterion: Delivery and customer service
/ Weighting: 20%
Quality criterion: Added Value
/ Weighting: 5%
Cost criterion: Cost
/ Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/06/2020
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 8.5 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
Standard school uniform
II.2.2) Additional CPV code(s)
18000000
18130000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 is for the provision of Standard school uniform to be delivered directly to the end user
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Quality criterion: Delivery and customer service
/ Weighting: 20%
Quality criterion: Added Value
/ Weighting: 5%
Cost criterion: Cost
/ Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/06/2020
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 8.5 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
School sportswear
II.2.2) Additional CPV code(s)
18412000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 3 is for the provision of School sportswear to be delivered directly to the end user
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Quality criterion: Delivery and customer service
/ Weighting: 20%
Quality criterion: Added value
/ Weighting: 5%
Cost criterion: Cost
/ Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/06/2020
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 8.5 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
Accessories – ties, book bags and sports bags etc.
II.2.2) Additional CPV code(s)
18140000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 4 is for the provision of accessories such as ties, book bags and sports bags etc. to be delivered directly to the end user
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 35%
Quality criterion: Delivery and customer service
/ Weighting: 20%
Quality criterion: Added Value
/ Weighting: 5%
Cost criterion: Cost
/ Weighting: 40%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/06/2020
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 8.5 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 DPS Establishment 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 000-084244
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/02/2029
Local time: 23:55
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 renewed after 8.5 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/permissible-users .
The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
Please note that this contract notice is supplemental to the original Contract Notice submitted in OJEU under reference number 2020/S 047-112520 and the notice number 2025/S 000-084244 in Find a Tender Service which was issued to extend the life of the DPS in line with the transitional arrangements under the Procurement Act 2023.
This notice amendment is for:-
1. Change in YPO contact 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. Amend the award criteria description from 'Price' to 'Cost' to match the procurement documents
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
10/04/2026