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

Total Waste Management & Technical Services

  • First published: 06 March 2024
  • Last modified: 06 March 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-03ea2f
Published by:
Procurement for Housing
Authority ID:
AA20144
Publication date:
06 March 2024
Deadline date:
05 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The purpose of this new framework agreement (“this Framework Agreement”) is to ensure we can provide a waste management solution for Members of PfH in England, Wales, Scotland and Northern Ireland and other public bodies permitted to use this Framework Agreement who require the provision of Services.

This framework agreement requires tenderers to be capable of providing total waste management and technical and compliance support services. The supplier is required to provide a fully auditable total waste management provision across all waste streams within housing, construction, education, defence, and highways, including, hazardous and non-hazardous waste streams. Service providers must be able to supply and end-to-end solution and will be responsible for ensuring the producer has access to all compliance documentation and waste reporting to ensure a fully auditable service provision.

The Framework Agreement is structured into a single lot – Total Waste Management and Technical Services.

Tenderers will be required to provide services including but not limited to:

a) Total Waste Management, including but not limited to;

b) All waste streams across housing, construction, education, defence, and highways industries; and

c) Reactive (ad hoc), planned (routine/scheduled), fixed site services (depot or new build), direct tipping facilities, kerbside/wait and load services and site clearance and collection services, such as fly tipping removal services, bulky collections and POP's

d) Management Information, waste reporting and compliance documentation in line with each waste stream and EA guidelines

e) Technical and compliance services, pertaining to service improvements (environmental, economic, operational and compliance).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Procurement for Housing

2 Olympic Way, Woolston Grange Avenue

Birchwood, Warrington

WA2 0YL

UK

Telephone: +44 7971266217

E-mail: twarn@pfh.co.uk

NUTS: UK

Internet address(es)

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

Address of the buyer profile: https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at:

https://www.mytenders.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.mytenders.co.uk


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

Total Waste Management & Technical Services

II.1.2) Main CPV code

90500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), Chartered Institute of Housing (CIH) and HouseMark. Collectively our Members manage more than 75% of UK’ social housing stock, with PfH helping them to achieve efficiency savings using a wide range of services including framework agreements, dynamic purchasing systems, spend analyses, strategy reviews, consolidated billing and comprehensive reporting. PfH is a contracting authority under Regulation 2 of the Public Contracts Regulations 2015 (“PCR 2015”) and a central purchasing body under regulation 37 PCR 2015.

Please refer to www.pfh.co.uk for additional information.

PfH is administered by Inprova Limited and is headquartered in the North West of England with over 20 years of expertise and experience offering a complete procurement solutions package across outsourcing, technology and consultancy. By integrating procurement services and technology, Inprova operates as a delivery partner, supporting business performance improvement for the public sector.

Procurement for Housing seeks to establish a Framework Agreement for the provision Total Waste Management & Technical Services, requiring service providers to work on national basis across the United Kingdom to provide removal of construction and office related waste streams. Tenderers should be capable of providing technical and compliance support and provide waste related reporting to support customers drive environmental, economic and operational improvements.

II.1.5) Estimated total value

Value excluding VAT: 1 000 000 000.00  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

90700000

90710000

90711500

90400000

90510000

90512000

90513000

90514000

90910000

90920000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The purpose of this new framework agreement (“this Framework Agreement”) is to ensure we can provide a waste management solution for Members of PfH in England, Wales, Scotland and Northern Ireland and other public bodies permitted to use this Framework Agreement who require the provision of Services.

This framework agreement requires tenderers to be capable of providing total waste management and technical and compliance support services. The supplier is required to provide a fully auditable total waste management provision across all waste streams within housing, construction, education, defence, and highways, including, hazardous and non-hazardous waste streams. Service providers must be able to supply and end-to-end solution and will be responsible for ensuring the producer has access to all compliance documentation and waste reporting to ensure a fully auditable service provision.

The Framework Agreement is structured into a single lot – Total Waste Management and Technical Services.

Tenderers will be required to provide services including but not limited to:

a) Total Waste Management, including but not limited to;

b) All waste streams across housing, construction, education, defence, and highways industries; and

c) Reactive (ad hoc), planned (routine/scheduled), fixed site services (depot or new build), direct tipping facilities, kerbside/wait and load services and site clearance and collection services, such as fly tipping removal services, bulky collections and POP's

d) Management Information, waste reporting and compliance documentation in line with each waste stream and EA guidelines

e) Technical and compliance services, pertaining to service improvements (environmental, economic, operational and compliance).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality, Technical Merit & Customer Service / Weighting: 60

Price / Weighting:  40

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

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:

Criteria as stated in the procurement 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: 170

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

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-021534

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

Date: 05/04/2024

Local time: 12:00

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

IV.2.7) Conditions for opening of tenders

Date: 05/04/2024

Local time: 12:30

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

This Framework may be used by any contracting authority listed in or referred to in the FTS Notice. This includes: All current members of PfH at the time of the FTS notice for this procurement; Any registered provider of social housing (or Welsh registered social landlord ,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the Framework Agreement; Any public authority (as defined in the Freedom of Information Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland, or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the Framework Agreement; Any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the Framework Agreement; the Northern Ireland Housing Executive; any housing Arm's Length Management Organisation (ALMO) that becomes a member of PfH during the period of the Framework Agreement; Any wholly owned subsidiaries of any of the above Organisations; educational establishments and any other contracting authority listed on the following page of the PfH website :

http://procurementforhousing.co.uk/permissible-users/ at the time of the FTS notice for this procurement.

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230580.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:230580)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

UK

Telephone: +44 3450103503

E-mail: publicprocurementreview@cabinetoffice.gov.uk

Internet address(es)

URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit

VI.5) Date of dispatch of this notice

05/03/2024

Coding

Commodity categories

ID Title Parent category
90910000 Cleaning services Cleaning and sanitation services
90710000 Environmental management Environmental services
90711500 Environmental monitoring other than for construction Environmental impact assessment other than for construction
90700000 Environmental services Sewage, refuse, cleaning and environmental services
90920000 Facility related sanitation services Cleaning and sanitation services
90513000 Non-hazardous refuse and waste treatment and disposal services Refuse disposal and treatment
90500000 Refuse and waste related services Sewage, refuse, cleaning and environmental services
90510000 Refuse disposal and treatment Refuse and waste related services
90514000 Refuse recycling services Refuse disposal and treatment
90512000 Refuse transport services Refuse disposal and treatment
90400000 Sewage 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:
twarn@pfh.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.