Section one: Contracting authority
one.1) Name and addresses
YPO
41 Industrial Park
Wakefield
WF2 0XE
Contact
Contracts Team
Telephone
+44 01924664685
Country
United Kingdom
Region code
UKE45 - Wakefield
Internet address(es)
Main address
Buyer's address
https://procontract.due-north.com/register?ReadForm
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
FURTHER-COMPETITION FOR THE PROVISION OF A WASTE MANAGEMENT SOLUTION FOR YPO
Reference number
FM-P-348 YPO (879 Buildings in Use - Waste Services)
two.1.2) Main CPV code
- 90500000 - Refuse and waste related services
two.1.3) Type of contract
Services
two.1.4) Short description
YPO is looking to award a Call-off Contract for the provision of a waste management solution for YPO. The Contract is designed to meet the needs of YPO.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £400,000
two.2) Description
two.2.2) Additional CPV code(s)
- 90511000 - Refuse collection services
two.2.3) Place of performance
NUTS codes
- UKE45 - Wakefield
two.2.4) Description of the procurement
A Further-Competition was issued in relation to the YPO 000879 – Building in Use Support Services DPS, procured by YPO in compliance with the Public Contracts Regulations 2015. This Further-Competition involved inviting Tenders from all Suppliers who were successfully awarded on to Category 8 – Waste Management.
YPO was looking to award a Call-off Contract for the provision of a waste management solution for YPO. The Contract is designed to meet the needs of YPO.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20%
Quality criterion - Name: Delivery and Customer Service / Weighting: 20%
Quality criterion - Name: Added Value / Weighting: 20%
Cost criterion - Name: Cost / Weighting: 40%
two.2.11) Information about options
Options: Yes
Description of options
The Call-off Contract will cover the period from 01 April 2023 to 31 March 2026 with three options to extend for an additional 12 months. The first decision to extend the Contract period will be taken by the end of December 2025 and will be dependent on satisfactory completion of all aspects of the Contract to date, the current market conditions for this category and YPO’s contracting structures. The maximum Contract period will therefore be 6 years, from 01 April 2023 to 31 March 2029 (subject to an annual review, incorporating price negotiations and KPI performance).
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
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.2.1) Previous publication concerning this procedure
Notice number: 2018/S 106-242473
Section five. Award of contract
Contract No
FM-P-348 YPO (879 Buildings in Use - Waste Services) 001129
Lot No
1
Title
FURTHER-COMPETITION FOR THE PROVISION OF A WASTE MANAGEMENT SOLUTION FOR YPO
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
6 March 2023
five.2.2) Information about tenders
Number of tenders received: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Suez Recycling and Recovery UK Ltd
Maidenhead
Country
United Kingdom
NUTS code
- UKJ11 - Berkshire
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £333,965
Section six. Complementary information
six.3) Additional information
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