YPO - 001021 School Uniform Published by Tenders Electronic Daily

YPO - 001021 School Uniform

Application deadline

31.05.2026, 23:55 hour

Procedure

Restricted procedure

Order type

Delivery order

Main CPV code
  • Occupational clothing, special workwear and accessories
    18100000-0
Language

English

Contracting authority / owner

YPO
41 Industrial Park
WF2 0XE Wakefield

Tel.: +44 1924664685
E-Mail: contracts@ypo.co.uk
Website: http://www.ypo.co.uk/

assignment

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.

Lots 1

Job / name

Logo’d School Uniform

Description of procurement /scope of services

Logo’d school uniform.

Others CPV Codes
  • Clothing, footwear, luggage articles and accessories
    18000000-9
  • Special workwear
    18130000-9
Project adress

Region (NUTS code): UK UNITED KINGDOM

Lots 2

Job / name

Standard School Uniform

Description of procurement /scope of services

Standard school uniform.

Others CPV Codes
  • Clothing, footwear, luggage articles and accessories
    18000000-9
  • Special workwear
    18130000-9
Project adress

Region (NUTS code): UK UNITED KINGDOM

Lots 3

Job / name

School Sportswear

Description of procurement /scope of services

School sportswear.

Others CPV Codes
  • Sportswear
    18412000-0
Project adress

Region (NUTS code): UK UNITED KINGDOM

Lots 4

Job / name

Accessories – Ties, Book Bags and Sports Bags etc.

Description of procurement /scope of services

Accessories – ties, book bags and sports bags etc.

Others CPV Codes
  • Workwear accessories
    18140000-2
Project adress

Region (NUTS code): UK UNITED KINGDOM

United Kingdom-Wakefield: Occupational clothing, special workwear and accessories

2020/S 047-112520

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: YPO
Postal address: 41 Industrial Park
Town: Wakefield
NUTS code: UKE45
Postal code: WF2 0XE
Country: United Kingdom
Contact person: Contracts Team
E-mail: contracts@ypo.co.uk
Telephone: +44 1924664685

Internet address(es):

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

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

I.2)Information about 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
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com
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
II.2.1)Title:

Logo’d School Uniform

Lot No: 1
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:

Logo’d school uniform.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 35 %
Quality criterion - Name: Delivery and customer service / Weighting: 20 %
Quality criterion - Name: Added value / Weighting: 5 %
Price - Weighting: 40 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/06/2020
End: 31/05/2026
This contract is subject to renewal: yes
Description of renewals:

There is a possibility that this DPS will be renewed after 5.5 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.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Standard School Uniform

Lot No: 2
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:

Standard school uniform.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 35 %
Quality criterion - Name: Delivery and customer service / Weighting: 20 %
Quality criterion - Name: Added value / Weighting: 5 %
Price - Weighting: 40 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/06/2020
End: 31/05/2026
This contract is subject to renewal: yes
Description of renewals:

There is a possibility that this DPS will be renewed after 5.5 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.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

School Sportswear

Lot No: 3
II.2.2)Additional CPV code(s)
18412000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:

School sportswear.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 35 %
Quality criterion - Name: Delivery and customer service / Weighting: 20 %
Quality criterion - Name: Added value / Weighting: 5 %
Price - Weighting: 40 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/06/2020
End: 31/05/2026
This contract is subject to renewal: yes
Description of renewals:

There is a possibility that this DPS will be renewed after 5.5 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.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Accessories – Ties, Book Bags and Sports Bags etc.

Lot No: 4
II.2.2)Additional CPV code(s)
18140000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:

Accessories – ties, book bags and sports bags etc.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 35 %
Quality criterion - Name: Delivery and customer service / Weighting: 20 %
Quality criterion - Name: Added value / Weighting: 5 %
Price - Weighting: 40 %
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/06/2020
End: 31/05/2026
This contract is subject to renewal: yes
Description of renewals:

There is a possibility that this DPS will be renewed after 5.5 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.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please refer to the framework 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.

III.2.3)Information about staff responsible for the performance of the contract

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.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the 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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 31/05/2026
Local time: 23:55
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders

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 5.5 years from the commencement date.

VI.2)Information about electronic workflows
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.

YPO will incorporate a standstill period at the point of notification of the award of the contract is provided to all bidders. The standstill period will be for a minimum of 10 calendar days, and

provides time for unsuccessful tenderers to challenge the award decision before the contract Is entered into. 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).

VI.4)Procedures for review
VI.4.1)Review body
Official name: High Court of England and Wales
Town: London
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
04/03/2020