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

YPO - 001199 Removals, Recycling, Storage and Associated Services Framework IV

  • First published: 23 February 2024
  • Last modified: 23 February 2024

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)

Contents

Summary

OCID:
ocds-h6vhtk-043c4e
Published by:
YPO
Authority ID:
AA24923
Publication date:
23 February 2024
Deadline date:
02 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This Framework will provide a managed service solution within the remit of Removals, Recycling, Storage and Associated Services for the provision of the following which includes but is not limited to office moves, laboratory moves, removal services, relocation, storage, assets recycling and other types of associated services including but not limited to IT moves, IT asset disposal, confidential waste disposal, POP’s waste (persistent organic pollutants), and asset management. The Provider will act as a single point interface with each participating Contracting Authority, and co-ordinate delivery of the services as per the Contracting Authorities requirements which are called off via the Framework.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

UK

Contact person: Contracts

Telephone: +44 1924664685

E-mail: Contracts@ypo.co.uk

NUTS: UKE45

Internet address(es)

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

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

I.1) Name and addresses

ESPO

Leicester

LE19 1ES

UK

Contact person: Emma Baker

Telephone: +44 01162657947

E-mail: e.baker@espo.org

NUTS: UKF21

Internet address(es)

Main address: https://www.espo.org/

I.2) Joint procurement

The contract involves 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/register?ReadForm


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com/register?ReadForm


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 - 001199 Removals, Recycling, Storage and Associated Services Framework IV

Reference number: 001199

II.1.2) Main CPV code

63000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

YPO and ESPO are looking for Managed Service Providers to be appointed onto a Framework Agreement for the supply of Removals, Recycling, Storage and Associated Services. This Framework is designed to meet the needs of YPO, ESPO and Other Contracting Authorities by establishing an agreement where the Contracting Authority will place a Call-off Order Form with the Provider and the Provider delivers direct to the end customer. YPO will manage this Framework to ensure that the required services are delivered. Invoices and payments are dealt with directly between the end customer and the Provider.

II.1.5) Estimated total value

Value excluding VAT: 30 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

30000000

30100000

30200000

50800000

90514000

98000000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Framework will provide a managed service solution within the remit of Removals, Recycling, Storage and Associated Services for the provision of the following which includes but is not limited to office moves, laboratory moves, removal services, relocation, storage, assets recycling and other types of associated services including but not limited to IT moves, IT asset disposal, confidential waste disposal, POP’s waste (persistent organic pollutants), and asset management. The Provider will act as a single point interface with each participating Contracting Authority, and co-ordinate delivery of the services as per the Contracting Authorities requirements which are called off via the Framework.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 45%

Quality criterion: Social Value/Sustainability / Weighting: 20%

Cost criterion: Cost / Weighting: 35%

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

Start: 08/05/2024

End: 07/05/2028

This contract is subject to renewal: Yes

Description of renewals:

There is a possibility that this Framework will be subject to renewal after 3.5 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 the ‘Communication’ section of 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 Framework Agreement Terms and Conditions located in our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘Communication’ Section in this notice.

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.

Justification for any framework agreement duration exceeding 4 years:

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: 02/04/2024

Local time: 14:00

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

IV.2.7) Conditions for opening of tenders

Date: 02/04/2024

Local time: 14:00

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 Framework will be subject to renewal after 3.5 years from the commencement date

VI.3) Additional information

YPO are purchasing on behalf of other contracting authorities. Please see the below link for details: https://www.ypo.co.uk/about/customers/permissible-users and https://www.espo.org/about-us

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 Contract 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

High Court of England and Wales

London

UK

VI.5) Date of dispatch of this notice

22/02/2024

Coding

Commodity categories

ID Title Parent category
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
50800000 Miscellaneous repair and maintenance services Repair and maintenance services
30000000 Office and computing machinery, equipment and supplies except furniture and software packages Computer and Related Services
30100000 Office machinery, equipment and supplies except computers, printers and furniture Office and computing machinery, equipment and supplies except furniture and software packages
98000000 Other community, social and personal services Other Services
90514000 Refuse recycling services Refuse disposal and treatment
63000000 Supporting and auxiliary transport services; travel agencies services Transport and Related 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:
Contracts@ypo.co.uk
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.