Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts
Telephone
+44 1924664685
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/register?ReadForm
one.1) Name and addresses
ESPO
Leicester
LE19 1ES
Contact
Emma Baker
Telephone
+44 01162657947
Country
United Kingdom
Region code
UKF21 - Leicester
Internet address(es)
Main address
one.2) Information about joint procurement
The contract involves 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/register?ReadForm
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/register?ReadForm
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 - 001199 Removals, Recycling, Storage and Associated Services Framework IV
Reference number
001199
two.1.2) Main CPV code
- 63000000 - Supporting and auxiliary transport services; travel agencies services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £30,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30000000 - Office and computing machinery, equipment and supplies except furniture and software packages
- 30100000 - Office machinery, equipment and supplies except computers, printers and furniture
- 30200000 - Computer equipment and supplies
- 50800000 - Miscellaneous repair and maintenance services
- 90514000 - Refuse recycling services
- 98000000 - Other community, social and personal services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 45%
Quality criterion - Name: Social Value/Sustainability / Weighting: 20%
Cost criterion - Name: Cost / Weighting: 35%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
8 May 2024
End date
7 May 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
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 the ‘Communication’ section of 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 in our E-Procurement system. The web address can be found under ‘Procurement Documents’ in the ‘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
2 April 2024
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
2 April 2024
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 subject to renewal after 3.5 years from the commencement date
six.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).
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
London
Country
United Kingdom