Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Framework Agreement for Waste Management Services

  • First published: 21 December 2022
  • Last modified: 21 December 2022
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0392b2
Published by:
PROCURE PLUS HOLDINGS LIMITED
Authority ID:
AA81433
Publication date:
21 December 2022
Deadline date:
26 January 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Procure Plus are a value focused, not for profit company that specialises in the procurement of goods and services related to both the new build, repair, and maintenance of social housing.

Procure Plus wishes to procure and enter into a framework agreement with service providers that can work for customers nationwide and who are able to connect with the local supply chains for the provision of waste management services. Service providers who are appointed to the framework agreement will be required to provide a complete waste management service for all types of waste that is generated through construction-based activities and office-based activities. The framework agreement will provide a cost effective and auditable waste management service that utilises local supply chains wherever possible, ensures compliance through the provision of accurate management information, and delivers continuous efficiency.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

PROCURE PLUS HOLDINGS LIMITED

05888820

The Lancastrian Office Centre,Talbot Road

MANCHESTER

M320FP

UK

Contact person: Clare Tetlow

E-mail: frameworks@procure-plus.com

NUTS: UK

Internet address(es)

Main address: https://www.procure-plus.com/

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:

https://tendermanagement.launchcontrol-systems.com/register/index/c0faade05a


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://tendermanagement.launchcontrol-systems.com/register/index/c0faade05a


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework Agreement for Waste Management Services

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Procure Plus are a value focused, not for profit company that specialises in the procurement of goods and services related to both the new build, repair, and maintenance of social housing.

Procure Plus wishes to procure and enter into a framework agreement with service providers that can work for customers nationwide and who are able to connect with the local supply chains for the provision of waste management services. Service providers who are appointed to the framework agreement will be required to provide a complete waste management service for all types of waste that is generated through construction-based activities and office-based activities. The framework agreement will provide a cost effective and auditable waste management service that utilises local supply chains wherever possible, ensures compliance through the provision of accurate management information, and delivers continuous efficiency.

II.1.5) Estimated total value

Value excluding VAT: 20 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

90500000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Procure Plus are a value focused, not for profit company that specialises in the procurement of goods and services related to both the new build, repair, and maintenance of social housing.

Procure Plus wishes to procure and enter into a framework agreement with service providers that can work for customers nationwide and who are able to connect with the local supply chains for the provision of waste management services. Service providers who are appointed to the framework agreement will be required to provide a complete waste management service for all types of waste that is generated through construction-based activities and office-based activities. The framework agreement will provide a cost effective and auditable waste management service that utilises local supply chains wherever possible, ensures compliance through the provision of accurate management information, and delivers continuous efficiency.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 20 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: No

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

II.2.14) Additional information

Procure Plus reserves the option to appoint a limited number of additional companies to this framework agreement beyond the 10 stated below. This option may be exercised by Procure Plus where there is a close proximity in the final overall scores between the 10th bidder and the bidders who are ranked in close proximity beneath. Bidders are advised that this is an option and not an obligation on the part of Procure Plus. Procure Plus reserves the right not to exercise this option and to only appoint 10 companies to this framework at the conclusion of the evaluation.

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:

Please refer to the invitation to tender documents.

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

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 10

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 26/01/2023

Local time: 17:00

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: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 26/01/2023

Local time: 17:01

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Individual contracting authorities and organisations entitled to access the framework agreement will have the option to agree and award contracts to the appointed service providers at any point during the term of the framework agreement. Such contracting authorities and organisations are as follows:

Any customer of Procure Plus from time to time, which may include:

Any social housing provider in the United Kingdom from time to time. 'Social Housing Provider' for this purpose means any provider of social housing and includes, without limitation, registered providers, local authorities, and arm's length management organisations (ALMOs)

Any local authority

Any combined authority or associated body

Any police, fire or rescue authority

Any transport authority

Any NHS trust or body, or other health authority

Any waste disposal authority; any university, school, free school, college or academy

Any other contracting authority (as defined in the Public Contracts Regulations 2015) that does not fall within any of the aforementioned categories

Any entity or joint venture company that any of the aforementioned contracting authorities and organisations holds an interest in from time to time.

A list of current social housing providers can be found by visiting

https://www.gov.uk/government/publications/registered-providers-of-social-housing

A number of contracts called off under the framework agreement may be completed using funding received via the European Union including but not limited to the European Regional Development Fund.

Procure Plus reserves the right to cancel the procurement at any time and not to proceed with all or part of the Framework Agreement.

Procure Plus will not, under any circumstances, reimburse any expense incurred by applicants in preparing their tender submissions or in participating in this procurement process.

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

The Strand

London

WC2A 2LL

UK

VI.4.2) Body responsible for mediation procedures

Cabinet Office

70 Whitehall

London

SW1A 2AS

UK

VI.5) Date of dispatch of this notice

20/12/2022

Coding

Commodity categories

ID Title Parent category
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
frameworks@procure-plus.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.