Section one: Contracting authority
one.1) Name and addresses
Bromford
Building 1, Riverside Court
Chipping Sodbury
BS37 6JX
Contact
Mr Tony Booth
Telephone
+44 7483355683
Country
United Kingdom
NUTS code
UKG - WEST MIDLANDS (ENGLAND)
Internet address(es)
Main address
http://www.bromfordgroup.co.uk
Buyer's address
http://www.bromfordgroup.co.uk
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/opportunities/index
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/opportunities/index
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Waste service solutions
Reference number
DN502546
two.1.2) Main CPV code
- 90533000 - Waste-tip management services
two.1.3) Type of contract
Services
two.1.4) Short description
Bromford requires the supply of high-quality Waste removal and associated services as set out and in accordance with the Specification and other Employer’s Requirements supplied with this tender. The potential supplier must have read all documents and all Contract Documents supplied on the portal prior to returning its tender to ensure it can meet with Bromford’s requirements.
two.1.5) Estimated total value
Value excluding VAT: £800,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
The intention is to award one supplier per Lot, however, multiple lots maybe awarded to one supplier where commercially appropriate to do so.
two.2) Description
two.2.1) Title
Staffordshire and the marches (NE)
Lot No
1
two.2.2) Additional CPV code(s)
- 90533000 - Waste-tip management services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The intention is to award one supplier per Lot, however, multiple lots maybe awarded to one supplier where commercially appropriate to do so.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Annually up to 5 years
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
Staffordshire and the marches (NW)
Lot No
2
two.2.2) Additional CPV code(s)
- 90533000 - Waste-tip management services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The intention is to award one supplier per Lot, however, multiple lots maybe awarded to one supplier where commercially appropriate to do so.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Annually up to 5 years
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
Gloucestershire West
Lot No
3
two.2.2) Additional CPV code(s)
- 90533000 - Waste-tip management services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The intention is to award one supplier per Lot, however, multiple lots maybe awarded to one supplier where commercially appropriate to do so.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Annually up to 5 years
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
Gloucestershire East
Lot No
4
two.2.2) Additional CPV code(s)
- 90533000 - Waste-tip management services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The intention is to award one supplier per Lot, however, multiple lots maybe awarded to one supplier where commercially appropriate to do so.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Annually up to 5 years
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
Central (North)
Lot No
5
two.2.2) Additional CPV code(s)
- 90533000 - Waste-tip management services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The intention is to award one supplier per Lot, however, multiple lots maybe awarded to one supplier where commercially appropriate to do so.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Annually up to 5 years
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
Central (South)
Lot No
6
two.2.2) Additional CPV code(s)
- 90533000 - Waste-tip management services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The intention is to award one supplier per Lot, however, multiple lots maybe awarded to one supplier where commercially appropriate to do so.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Annually up to 5 years
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
West of England
Lot No
7
two.2.2) Additional CPV code(s)
- 90533000 - Waste-tip management services
two.2.3) Place of performance
NUTS codes
- UK - UNITED KINGDOM
two.2.4) Description of the procurement
The intention is to award one supplier per Lot, however, multiple lots maybe awarded to one supplier where commercially appropriate to do so.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
Annually up to 5 years
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
please see full evaluation criteria in the published ITT documents.
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
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:
Contracts will reviewed and possibly renewed annually
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
26 March 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
26 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Cabinet Office
London
Country
United Kingdom