← Back to opportunities

Engineering Inspection Services II (including insurance)

Yorkshire Purchasing Organisation

Buyer Contact Info

Buyer Name: Yorkshire Purchasing Organisation

Buyer Address: 41 Industrial Park, Wakefield, UKE45, WF2 0XE, United Kingdom

Contact Name: Maria Hadro

Contact Email: contracts@ypo.co.uk

Status
active
Procedure
open
Value
48000000.0 GBP
Gross: 48000000 GBP
Published
05 Dec 2025, 15:37
Deadline
10 Dec 2025, 14:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
66000000 - Financial and insurance services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

YPO are looking for Providers to be appointed onto an Open Framework for the provision of Engineering Inspection Services (including insurance). This Open Framework is designed to meet the needs of all public sector Contracting Authorities, by establishing an agreement for Providers to deliver Engineering Inspection Services (including insurance) to YPO customers either on a contractual basis or via customers' appointed brokers.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/080270-2025

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Has Options: Yes

Lot 1 Options: Any resulting Framework and Call-off Contract shall be deemed to cover any service that can be supplied by the successful Tenderer(s) over the life of the Framework and Call-off Contract within the scope of Engineering Inspection Services.

Lot 1 Value (Gross): GBP 48,000,000

Lot 1 Contract Start: 2026-04-01T00:00:00+01:00

Lot 1 Contract End: 2028-03-31T23:59:59+01:00

Lot 1 SME Suitable: Yes

Lot 1 Award Criterion (quality): Quality (55%)

Lot 1 Award Criterion (cost): Cost (35%)

Lot 1 Award Criterion (quality): Social Value/Sustainability (10%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-PPON-PMRV-4748-MNJV",
    "name": "Yorkshire Purchasing Organisation"
  },
  "date": "2025-12-05T15:37:31Z",
  "id": "080270-2025",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-04ea8a",
  "parties": [
    {
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Wakefield",
        "postalCode": "WF2 0XE",
        "region": "UKE45",
        "streetAddress": "41 Industrial Park"
      },
      "contactPoint": {
        "email": "contracts@ypo.co.uk",
        "name": "Maria Hadro"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          }
        ]
      },
      "id": "GB-PPON-PMRV-4748-MNJV",
      "identifier": {
        "id": "PMRV-4748-MNJV",
        "scheme": "GB-PPON"
      },
      "name": "Yorkshire Purchasing Organisation",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tenderUpdate"
  ],
  "tender": {
    "aboveThreshold": true,
    "amendments": [
      {
        "description": "Submission deadline updated from 8 Dec to 10 Dec.",
        "id": "080270-2025"
      }
    ],
    "awardPeriod": {
      "endDate": "2026-03-09T23:59:59Z"
    },
    "contractTerms": {
      "financialTerms": "As per Tender Documentation."
    },
    "description": "YPO are looking for Providers to be appointed onto an Open Framework for the provision of Engineering Inspection Services (including insurance). This Open Framework is designed to meet the needs of all public sector Contracting Authorities, by establishing an agreement for Providers to deliver Engineering Inspection Services (including insurance) to YPO customers either on a contractual basis or via customers\u0027 appointed brokers.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2025-12-05T15:37:31Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "080270-2025",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/080270-2025"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2025-11-07T14:00:00Z"
    },
    "hasRecurrence": true,
    "id": "001290",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Financial and insurance services",
            "id": "66000000",
            "scheme": "CPV"
          },
          {
            "description": "Engineering services",
            "id": "71300000",
            "scheme": "CPV"
          },
          {
            "description": "Industrial inspection services",
            "id": "71730000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UK"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "AC1 - Delivery of engineering inspection services through a national framework\nAC2 - Qualifications and experience\nAC3 - Customer service and complaints procedure\nAC4 - Systems and online tools\nAC5 - Compliance with laws and legislation\nAC6 - Modern Slavery within supply chain",
              "name": "Quality",
              "numbers": [
                {
                  "number": 55,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "description": "Pricing Schedule",
              "name": "Cost",
              "numbers": [
                {
                  "number": 35,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "description": "AC7 - Theme 1 - Good Jobs with Skills, Development and Training Opportunities\nAC8 - Social Value Theme 5 - Environmental improvement and protection",
              "name": "Social Value/Sustainability",
              "numbers": [
                {
                  "number": 10,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2028-03-31T23:59:59+01:00",
          "maxExtentDate": "2034-03-31T23:59:59+01:00",
          "startDate": "2026-04-01T00:00:00+01:00"
        },
        "hasOptions": true,
        "hasRenewal": true,
        "id": "1",
        "options": {
          "description": "Any resulting Framework and Call-off Contract shall be deemed to cover any service that can be supplied by the successful Tenderer(s) over the life of the Framework and Call-off Contract within the scope of Engineering Inspection Services."
        },
        "renewal": {
          "description": "Open Framework 1: 01/04/2026 - 31/03/2028\nOpen Framework 2: 01/04/2028 - 31/03/2030\nOpen Framework 3: 01/04/2030 - 31/03/2034\nThe maximum duration of all Frameworks in the Open Framework scheme will therefore be eight (8) years, from 1st April 2026 to 31st March 2034 (subject to an annual review, incorporating price re-establishment and KPI performance)."
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "As per Tender Documentation.",
              "type": "economic"
            },
            {
              "description": "As per Tender Documentation.",
              "type": "technical"
            }
          ]
        },
        "status": "active",
        "suitability": {
          "sme": true
        },
        "value": {
          "amountGross": 48000000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "participationFees": [
      {
        "description": "1.5% retrospective Management Charge on all sales under the Framework Agreement where the Provider is appointed by the customer\u0027s insurance broker.\n3% retrospective Management Charge on all sales under the Framework Agreement where the Provider is appointed directly by the customer.",
        "id": "ocds-h6vhtk-04ea8a",
        "relativeValue": {
          "monetaryValue": "award",
          "proportion": 0.03
        },
        "type": [
          "win"
        ]
      }
    ],
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "dates": [
        {
          "startDate": "2033-02-02T23:59:59Z"
        }
      ]
    },
    "riskDetails": "Scope of the service provision - in the event of Providers widening the scope of the service provision falling under engineering inspections (that does not change the overall nature of the contract) in response to legislative changes, YPO reserves the right to update the specification and ask Providers to submit pricing accordingly. If services fall under additional services, the pricing submitted will not be evaluated as per the instructions in this Invitation to Tender.",
    "status": "active",
    "submissionMethodDetails": "https://procontract.due-north.com/Login",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "techniques": {
      "frameworkAgreement": {
        "buyerCategories": "The Open Framework will be open to the entire public sector and other public bodies, such as local authorities, educational establishments, police forces, fire and rescue service, NHS bodies, registered charities within the UK and central government departments and their agencies that wish to use it (served by YPO as a centralised procurement authority as defined by Section 1 of the Procurement Act 2023). Any OCA described below may utilise the resulting Framework Agreement(s) from the commencement date.\nSee the following link for details:\nhttps://www.ypo.co.uk/about/customers/permissible-users",
        "buyerLocationRestrictions": [
          {
            "gazetteer": {
              "identifiers": [
                "UK"
              ],
              "scheme": "GB-ITL"
            }
          }
        ],
        "description": "Price will be assessed as Pricing Schedule with Price per Quality point evaluation methodology.\nPrices for this Framework Agreement must be fixed for an initial period of twelve (12) months. After this initial period YPO will allow for price refreshes no more than every twelve (12) months. YPO must be informed about any changes to pricing at least thirty (30) calendar days in advance. Price increases must be in line with the Average Weekly Earnings Index (AWE), as published by the Office for National Statistics, for the most recently available month prior to the start of the commencement of the refresh period (At the time of writing, the ONS typically publishes AWE data six (6) weeks after month end). The metric for price refreshes will be the Whole Economy, Single Month, % changes year-on-year.\nAward Without Competition objective mechanism as follows:\nAn Award Without Competition shall be made under this Open Framework on the basis of the pricing schedule, and the assets that the customer requires to be inspected.\nAs a first step, customers shall conduct a desktop analysis of the pricing schedule in line with their own requirements and calculate which of the Providers appointed to the Framework can offer the MAT and make the award on this basis. The price analysis shall consist of:\n\u2022\tMinimum order value, if applicable\n\u2022\tCost of inspection per item\n\u2022\tWritten Schemes of Examination, where required\n\u2022\tWhere relevant, % uplift for the relevant regions that customer\u0027s assets are based in\n\u2022\tAbility to offer all the services required by the customer, particularly additional services such as engineering inspection insurance cover, inspection of EV charging points, solar panel inspection etc.\nIf there is more than one Provider who can offer MAT based on the price analysis, as a next step the customer shall assess:\n\u2022\tAverage Lead Times provided at the Framework level: Surveyor availability to conduct inspections within a customer\u0027s statutory timeframes.\nIf a Provider is not able to fulfil all of the customer\u0027s requirements for any reason, the customer shall award based upon the MAT from the Provider which is able to fulfil all of their requirements.\nIf more than one Provider is able to offer the MAT based on the steps outlined above, the customer shall review Quality % scores from the Framework level to determine the most competitive Provider and award to the Provider with the highest % Quality score. If a customer can still not determine which Provider is able to offer MAT, as a last step Social Value/Sustainability scores from the Framework level shall be added to the Quality scores as a total %. Based on the results, the customer shall award to the Provider that has the highest Quality and Social Value score.\nNo Provider is obligated to accept an Award Without Competition. If a Provider chooses not to accept an award, the Provider offering the next MAT shall be invited to accept the award.\nCompetitive Selection Process as follows:\nAll Providers awarded to the Framework Agreement will be invited to compete in the process. Providers will be required to submit \"sealed bids\" via the customer\u0027s choice of e-tendering site.\nCriteria for Competitive Selection Process:\nConditions of Participation - Customers will be allowed to include Conditions of Participation or refine those set out for framework assessment.\nCost (0-100%) - this may include but is not limited to:\n\u2022\tCost per hour\n\u2022\tCost per asset/item\n\u2022\tTotal cost for schedule of works\n\u2022\tInsurance Premium\nQuality (0-80%) - this may include but is not limited to :\n\u2022\tService Quality\n\u2022\tInspection Quality\n\u2022\tAbility to service Multi Sites\n\u2022\tAbility to service specialist equipment\n\u2022\tFunctionality of the online portal\n\u2022\tCustomer service and and complaints procedure\n\u2022\tAdherence to legislation requirements\nSocial Value/Sustainability (0-30%) - this may include but is not limited to:\n\u2022\tCSR\n\u2022\tESG\n\u2022\tCommitment to Net Zero\n\u2022\tSocial Value delivery in line with CA priorities\nWhere Contracting Authorities flex the Award Criteria to suit their individual requirements, the overall Award Criteria must total 100%.\nIt is intended that each time a Contracting Authority runs a Competitive Selection Process, the award decision will be based on the above criteria.\nContracting Authorities have the flexibility to adjust the award criteria weightings at the Competitive Selection Process stage as stated above.\nCustomers, at their own risk, may flex the recommended Competitive Selection Process weightings within the permitted ranges specified  above, depending on whether the customer requirement is Quality, Social Value and/or Cost driven.\nYPO recommend that at least one (1) award criteria is reopened if a Contracting Authority wish to flex the Award Criteria at Competitive Selection Process stage.\nContracting Authorities will apply a scoring scale of their own choosing to evaluate responses to the above criteria. The exact scoring scale will be determined at the Call-Off Competitive Selection Process stage and made clear within the relevant Call-Off documents.\nThe cost reopening option may only be used for simplified service requirements in which a Contracting Authority has a full specification and can provide a clear requirement for Providers to price against. All Providers will be invited to submit their price proposal. The Contracting Authority will evaluate this based on the existing weighting established at Framework level, or at 100% cost weighting through a Request for Quote (RfQ).\nFor RfQ conducted by schools, the suggested timelines are three (3) - ten (10) working days (depending on the complexity, urgency of the quote and availability of the staff) unless otherwise agreed.\nFor other Contracting Authorities such as Local Authorities, NHS Trusts, Housing Associations, Fire and Police Authorities, Universities, the suggested RFQ times are five (5) - fifteen (15) working days (depending on the complexity of the quote, urgency and availability of the staff) unless otherwise agreed.\nAll Providers will be invited to submit their cost proposals.\nAt the Competitive Selection Process stage, Contracting Authorities will publish their own specific requirements by reference to the above award criteria, to which Providers will be expected to respond. These requirements may include, but are not limited to:\nparticular delivery timescales;\nbudgetary requirements;\nparticular invoicing arrangements and payment profiles;\nup to date schedule of assets including last date of inspection and upcoming date of inspection;\nparticular associated services, e.g., insurance cover, inspection of EV charging points, inspection of solar panels, assets tagging;\nre-establishment of pricing;\nSocial Value in relation to the Call-Off Contract and/or compliance with Social Value measurement tool;\namended or refined the Call-Off Terms and Conditions to reflect its service requirements;\ntime limit for the receipt of the proposals which takes into account factors such as the time needed to submit proposals, next inspection date etc.;\nrequirements around online electronic reporting system and reporting requirements;\nService Level Agreements and KPIs.\nIt is intended that most Competitive Selection Processes ran under this Open Framework will be conducted using a one stage process.\nHowever, Contracting Authorities have the option to incorporate one or more of the following elements into their one-stage Competitive Selection Process:\n- Reverse electronic auctions\n- Electronic reporting system assessment\n- Enhanced provider due diligence checks\n- Supplier engagement event\n- Supplier presentations/ interviews\n- Dialogue\n- Site visits\n- Pre-tender negotiations\n- Post-tender clarification\n- Best and final offers\n- Post-tender negotiation\n- Negotiation of insurance policy wording and premium at the tender stage\n- Conditions of Participation and/or Mandatory Requirements\n- Down-selection of providers by reference to conditions of membership\nThe exact Competitive Selection Process procedure will be described by the Contracting Authority in the Call-Off competition documents.\nFor Competitive Selection Process Call-Offs, a mechanism for determining the price payable will be as follows:\nContracting Authorities will provide a Pricing Schedule at the Competitive Selection Process stage, which all participating Providers will be required to complete and return as part of the \"sealed bid\" process.\nIt is expected that pricing will be evaluated by reference to a schedule of assets/items and frequency of the inspection required along with any additional services required, for example asset tagging, Written Schemes of Examination, insurance cover.\nAt the Competitive Selection Process stage pricing will be evaluated using methodology stated in clause Tender Documents. Contracting Authorities have an option to use alternative methodologies, provided that it is described in the Competitive Selection Process documents.\nIn accordance with the Procurement Act 2023, the customer may choose to refine or amend the terms of the Call-Off Contract provided they do not alter the overall nature of the Framework or intended Call-Off Contract and its core terms. Any such amendments must also comply with the conditions set out in Schedule 8 and section 74 of the Procurement Act 2023. Any such amendments will be contained within the Competitive Selection Process documents and/or Letter of Appointment prior to award.",
        "isOpenFrameworkScheme": true,
        "method": "withAndWithoutReopeningCompetition",
        "openFrameworkSchemeEndDate": "2034-03-31T23:59:59+01:00",
        "type": "open"
      },
      "hasFrameworkAgreement": true
    },
    "tenderPeriod": {
      "endDate": "2025-12-10T14:00:00Z"
    },
    "title": "Engineering Inspection Services II (including insurance)",
    "value": {
      "amountGross": 48000000,
      "currency": "GBP"
    }
  }
}