Opportunity

YPO - 001063 Recycling Products

  • YPO

F02: Contract notice

Notice reference: 2021/S 000-003657

Published 24 February 2021, 9:47am



Section one: Contracting authority

one.1) Name and addresses

YPO

41 Industrial Park

Wakefield

WF2 0XE

Contact

Contracts Team

Email

contracts@ypo.co.uk

Telephone

+44 1924664685

Country

United Kingdom

NUTS code

UK - UNITED KINGDOM

Internet address(es)

Main address

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

Buyer's address

https://procontract.due-north.com

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

YPO - 001063 Recycling Products

Reference number

001063

two.1.2) Main CPV code

  • 34000000 - Transport equipment and auxiliary products to transportation

two.1.3) Type of contract

Supplies

two.1.4) Short description

YPO are looking for providers to be appointed onto a Framework Agreement for the provision of Recycling Products, primarily for Local Authorities undertaking the collection of waste. This Framework is designed to allow YPO to meet the needs of all public sector organisations by establishing an agreement where the end customer will place orders directly with the provider on a “contract” basis and the provider will deliver direct to the end customer on an agreed basis.

two.1.5) Estimated total value

Value excluding VAT: £10,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Kerbside Boxes & Inner Caddies for Wheeled Bins

Lot No

1

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Lot 1 – Kerbside Boxes and Inner Caddies

1.1 STACKABLE

1.2 UV STABILISED

1.3 100% RECYCLABLE

1.4 AVAILABLE IN VIRGIN MATERIAL

1.5 AVAILABLE IN REPROCESSED OR BLENDED MATERIAL

1.6 AVAILABLE WITH CHIP NESTS/ID STICKERS

1.7 AVAILABLE WITH CLIP ON LIDS AND NETS

1.8 MINIMUM 12-MONTH GUARANTEE

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Delivery, Availability and Customer Service / Weighting: 20%

Quality criterion - Name: CSR, Social Value and Sustainability / Weighting: 5%

Price - Weighting: 60%

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

Start date

1 June 2021

End date

31 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Food Waste Caddies

Lot No

2

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Food Waste Containers (Caddies)

SOLID OR VENTED BODY

SOLID OR VENTED LID

STACKABLE

HINGED LOCKING LID

RESISTANT TO CHEMICAL DETERGENTS AND MATTER

100% RECYCLABLE

AVAILABLE IN VIRGIN MATERIAL

AVAILABLE IN REPROCESSED OR BLENDED MATERIAL

DISHWASHER SAFE

AVAILABLE WITH CHIP NESTS (KERBSIDE CADDIES)

AVAILABLE WITH REFLECTORS (KERBSIDE CADDIES)

MINIMUM 12-MONTH GUARANTEE

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Delivery, Availability and Customer Service / Weighting: 20%

Quality criterion - Name: CSR, Social Value and Sustainability / Weighting: 5%

Price - Weighting: 60%

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

Start date

1 June 2021

End date

31 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

The supply of any products which are deemed to be ‘recycling products’

Lot No

3

two.2.2) Additional CPV code(s)

  • 34000000 - Transport equipment and auxiliary products to transportation

two.2.3) Place of performance

NUTS codes
  • UK - UNITED KINGDOM

two.2.4) Description of the procurement

Suppliers are required, for this lot, to submit any other products that fall within the scope of Recycling Products.

This lot excludes items from Lots 1 and 2 and also the following: Plastic Wheeled Bins, Steel Wheeled Bins, Compostable Bags, Refuse Sacks, PE Caddy Liners, Litter Bins and Street Furniture.

Any items that are submitted within this lot and fall within the scope of excluded items, as listed above, will be disregarded.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 15%

Quality criterion - Name: Delivery, Availability and Customer Service / Weighting: 20%

Quality criterion - Name: CSR, Social Value and Sustainability / Weighting: 5%

Price - Weighting: 60%

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

Start date

1 June 2021

End date

31 May 2025

This contract is subject to renewal

Yes

Description of renewals

There is a possibility that this framework will be renewed after 3.5 years from the commencement date.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 ‘Communication’ section in this notice.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to the Framework Agreement Terms and Conditions located on our E-Procurement system. The web address can be found under Procurement Documents in ‘Communication’ Section in this notice.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

31 March 2021

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

31 March 2021

Local time

2:00pm


Section six. Complementary information

six.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 renewed after 3.5 years from the commencement dtae.

six.3) Additional 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/ojeu-permissible-users.aspx.

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).

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom