YPO - 001117 Fleet Management DPS
A Tender Notice
by YPO
- Source
- Find a Tender
- Type
- Dps (Services)
- Duration
- 6.5 year
- Value
- 500M
- Sector
- TRANSPORT
- Published
- 20 Feb 2026
- Delivery
- 01 Nov 2022 to 23 Feb 2029
- Deadline
- 23 Feb 2029 11:55
Related Terms
Location
Wakefield
2 buyers
- YPO Wakefield
Description
YPO are looking for Suppliers to be appointed onto a Dynamic Purchasing System (DPS) for the provision of Fleet Management. 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.
Lot Division
| 1 | Route Management The supplier must be able to supply, implement and support a suitable Route and Transport Planning Solution with aim to improve the contracting authorites optimisation. The solution should be cloud based unless otherwise requested by the customer. The solution should automatically generate a route plan, optimise travel distance, and provide a timeframe for delivery/arrival. Within this, tasks and priorities must be amendable whilst ‘on route’. Award Criteria
| ||||||||
| 2 | Driver Risk Management The supplier must be able to supply, implement and support a suitable Driver Risk Management system. The solution should be cloud based unless otherwise requested by the customer. Award Criteria
| ||||||||
| 3 | Managed Stores Day to Day supply chain management, distribution and delivery. • Stores management and logistics – receiving, protecting/monitoring, issuing, and replenishing materials and planning and controlling the movement of materials. • Product selection – evaluating and selecting the most suitable products for the stores • Van stock: including imprest van stock plus lock boxes. Receiving, protecting/monitoring, issuing, and replenishing materials for each van to enable employees to carry out their roles. • Delivery to operative either to van or designated site • Out of hours (emergency services) service – service and specific hours to be specified by each customer at further competition stage. • Collection of parts/stock by operatives as and when required – auditing stock Award Criteria
| ||||||||
| 4 | Fleet & Managed Workshops Part I: Provision of Service Part II: Provision of Site and Services Part III: Provision of Vehicles/Equipment Part IV: Operatives Part V: Provision of Ancillary and Support Services Award Criteria
| ||||||||
| 5 | Managed Workshops Provision of Service Provision of Site and Services Operatives Provision of Ancillary and Support Services Award Criteria
| ||||||||
| 6 | Vehicle and Vehicle Accessory Disposal This category is to provide disposal services for vehicles and vehicle related accessories. Award Criteria
| ||||||||
| 7 | Vehicle Asset Management The supplier must be able to supply, implement and support a suitable Vehicle Asset Management System. The solution should be cloud based unless otherwise requested by the customer. The system must meet customer requirements, which may include: - Driver identification - Temperature monitoring - Vehicle inspection services - Compliance audits - MOT and service preparation and planning - Repair centre management - Supply chain management Award Criteria
| ||||||||
| 8 | Corporate Vehicle Washing The supplier must be able to install a wash bay at the location requested by the Contracting Authority. The supplier must provide a wash bay area that includes: - A variety of volumes and pressures - A wash system built to the height and length as requested by the customer. - Hot and cold temperatures - Lance / brush options - System servicing - Sufficient drainage in line with government regulation - Full compliance with site specifications and standards Award Criteria
| ||||||||
| 9 | Breakdown, Roadside Assistance and Recovery Services The supplier is to provide a nationwide service that includes home start and roadside recover in the event of a breakdown. The service must be available to the contracting authority 24/7 (00:00am - 23:59pm 365 days per year). Award Criteria
| ||||||||
| 10 | PCN Management & Driving Licence Checks PCN Management: The supplier will be responsible for managing all costs associated with PCN and reducing PCNs. Driving Licence Checks: The supplier should provide a system that authorises all driving licences. The solution should be cloud based unless otherwise requested by the customer. Award Criteria
| ||||||||
| 11 | Vehicle Livery The supplier is responsible for the supply, application and removal of vehicle livery as determined by the contracting authority. The supplier should be able to facilitate full and partial wraps of vinyl lettering and design on types of fleet. The supplier must have a consultation with the customer to understand the requirements, volume and timescales. Suppliers may be able to provide other types of livery, including but not limited to magnetic (removable) livery. The supplier must have a 3-year lifespan guarantee, unless agreed otherwise with the contracting authority. Any flaws in livery within the guarantee period must be rectified by the supplier where the damage isn’t at the fault of the customer. The customer should have a single point of contact throughout the lifetime of the contract. Award Criteria
| ||||||||
| 12 | Driver Training / CPC II.2.4) Description of the procurement Training that falls within this category including (but not limited to) courses such as: - Basic Driver Assessment – Car, Van or SUV - Commercial Vehicles - 4x4 Off Road - 4x4 Off Road Refresher - Advanced Driver Assessment - Initial Course - Refresher Course - Basic Motorcyclist - Advanced Motorcyclist - Initial Course - Refresher Course - Standard Driver Assessment - Initial Course - Refresher Course - Standard Motorcyclist Assessment - Motorcycle Escort - Initial Course - Refresher Course - Speed Awareness Award Criteria
|
CPV Codes
- 60000000 - Transport services (excl. Waste transport)
- 50111000 - Fleet management, repair and maintenance services
- 60100000 - Road transport services
- 50111100 - Vehicle-fleet management services
Indicators
- Bids should cover one or more lots.
- Bids should cover the whole contract.
- This is a recurring contract.
- Options are available.
- Renewals are available.
- Performance considerations apply.
- Professional qualifications are sought.
- It is a Dynamic Purchasing System (DPS) for many bidders.
- Award on basis of price.
Other 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 . 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). The first deadline for submissions (07/10/2022 at 12 noon) is only applicable to the initial establishment/first round of the DPS. Following the initial establishment, the DPS will remain open for any Suppliers to submit a bid at any point until the closing date of the DPS.
Reference
- FTS 015720-2026