Contract

Total Waste Management & Technical Services

  • Procurement for Housing

F03: Contract award notice

Notice identifier: 2024/S 000-021396

Procurement identifier (OCID): ocds-h6vhtk-03ea2f

Published 12 July 2024, 11:17am



Section one: Contracting authority

one.1) Name and addresses

Procurement for Housing

2 Olympic Way, Woolston Grange Avenue

Birchwood, Warrington

WA2 0YL

Email

twarn@pfh.co.uk

Telephone

+44 7971266217

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.procurementforhousing.co.uk

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA26067

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

Total Waste Management & Technical 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

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 have established 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 are capable of providing technical and compliance support and provide waste related reporting to support customers drive environmental, economic and operational improvements.

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: £1,000,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 90500000 - Refuse and waste related services
  • 90700000 - Environmental services
  • 90710000 - Environmental management
  • 90711500 - Environmental monitoring other than for construction
  • 90400000 - Sewage services
  • 90510000 - Refuse disposal and treatment
  • 90512000 - Refuse transport services
  • 90513000 - Non-hazardous refuse and waste treatment and disposal services
  • 90514000 - Refuse recycling services
  • 90910000 - Cleaning services
  • 90920000 - Facility related sanitation services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.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 required 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 were required to be able to supply and end-to-end solution and are 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 are 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).

two.2.5) Award criteria

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

Price - Weighting: 40

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 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

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: 2024/S 000-006938


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 July 2024

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Reconomy

Kelsall House, Stafford Court, Stafford Park 1

Telford

TF3 3BD

Telephone

+44 7710308420

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Acumen Waste Services Limited

Acumen House,, Headlands Lane

Knottingley

WF11 0LA

Telephone

+44 7775873696

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,000,000,000


Section six. Complementary information

six.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.

(MT Ref:232331)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

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