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